Loading...
HomeMy WebLinkAboutContract 43124POO ,,% 0, At CaY SECRETARY Part 1 of 2 tlE � � qTY � C RUAW D.O.E. f FORTWORTH dw c0NTtACMn 90Nt * 6 COS CONSTMJPTK) 0 COPY CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF West Berry Streetscape Improvements M w FM Mw go Betsy Price Mayor City Project No. 00407 S. Frank Crumb, F.E. Director, Water Department T.M. Higgins City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works 2011 500 W. 7" Street, Suite 1100 Fort Worth, TX 76102 04-19-12 P09:47 IN OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 1. w....... as.......w..f.. MICHAEL R. HOBBS ................... 0....... V. 108644 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 000000-1 TABLE OF CONTENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 05 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalification 00 45 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 39 Minority and Women Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7123 Construction Staking 01 7423 Cleaning 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents Division 02 - Existing Conditions CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 00 00 00 - 2 TABLE OF CONTENTS Page 2 of 3 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceway and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31- Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 33 05 26 Utility Markers/Locators 33 05 30 Exploratory Excavation for Existing Utilities 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 20 Resilient Seated Gate Valve CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 000000-3 TABLE OF CONTENTS Page 3 of 3 1 33 1225 Connection to Existing Water Mains 2 33 1240 Dry -Barrel Fire Hydrants 3 4 Division 34 - Transportation 5 3441 10 Traffic Signals 6 3441 13 Removing Traffic Signals 7 3441 20 Roadway Illumination Assemblies 8 3441 30 Aluminum Signs — 9 3471 13 Traffic Control 10 11 Division 39 12 3902750 Integrally Colored Concrete 13 39 02 810 Irrigation System 14 39 329300 Plants 15 39 329100 Planting Preparation 16 39 329119 Landscape Grading 17 39 329200 Turf and Grasses 18 — 19 20 Appendix 21 GC4.01 Availability of Lands " 22 GC-4.02 Subsurface and Physical Conditions 23 GC4.04 Underground Facilities 24 GC4.06 Hazardous Environmental Condition at Site — 25 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 26 GC-6.07 Wage Rates 27 GC-6.09 Permits and Utilities 28 GC-6.24 Nondiscrimination 29 GR-01 60 00 Product Requirements 30 31 1. North Central Texas Council of Governments (NCTCOG) Clean Construction Specification 32 2. Details — Project Sign and Water 33 34 END OF SECTION CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 M&C Review Page 1 of 3 Official site of the City of Fort Worth, Texas CITY COUNCIL►GENDA Fo�Irl— H COUNCIL ACTION: Approved on 3/20/2012 - Ordinance No. 20117-03-2012 DATE: 3/20/2012 REFERENCE C-25503 LOG NAME: 06WESTBERRYSTREETSCAPE NO.. CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with McClendon Construction Company, Inc., in the Amount of $1,980,373.85 for the Second Phase of the West Berry Streetscape Improvements Project from Waits Avenue to West of University Drive, Authorize Execution of an Interlocal Agreement with the Fort Worth Transportation Authority, Authorize the Acceptance of a Contribution from the Fort Worth Transportation Authority in the Amount of $11,183.00 for the West Berry Transit Stop Retrofits, Amend M&C G-15992 to Reduce TCU's In -Kind Contribution and Adopt Appropriation Ordinance (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with McClendon Construction Company, Inc., in the amount of $1,980,373.85 for the Second Phase of the West Berry Streetscape Improvements Project from Waits Avenue to just west of University Drive contingent upon receipt of the West Berry -Grand Marc Sustainable Development grant reimbursement per M&C G-15244; 2. Authorize the execution of an Interlocal Agreement with the Fort Worth Transportation Authority _ outlining funding, project design, bidding services and construction responsibilities for new transit passenger landings along West Berry Street; 3. Authorize acceptance of an $11,183.00 non -grant contribution from the Fort Worth Transportation Authority for this second phase of the West Berry Streetscape Improvements Project; 4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Fund in the amount of $11,183.00 from increased revenues for this second phase of the West Berry Streetscape Improvement Project; and 5. Amend M&C G-15992 to reduce Texas Christian University's local match in kind contribution amount by $139,101.00, rescind estimated receipts and appropriations as approved in recommendation No. 1 of M&C G-15992, and maintain their monetary funds contribution towards the local match. DISCUSSION: Background and Project Scope On June 20, 2006, (M&C G-15244) City Council authorized execution of an interlocal Agreement with the North Central Texas Council of Governments (NCTCOG) for receipt of a Sustainable Development Project Grant for the West Berry Streetscape Improvements Project (Project) in the amount of $2,400,000.00 with a required 20 percent local match of $400,000.00. This Mayor and Council Communication recommends award of contract for the second phase of construction, which consists of the following improvements: narrowing and reconstructing West Berry Street between Waits Avenue (the western terminus of the initial phase of the Project) to just west of, and including the intersection with University Drive, installing bulb -outs and on -street parking and M&C Review Page 2 of 3 constructing new sidewalks and medians with concrete paver accents, enhanced crosswalks, roadway and pedestrian lighting, street furniture, street trees and landscaping. Funding Allocations West Berry Streetscape Improvements Construction Cost Estimate: Streetscape Construction $ 1,902,297.65 Traffic Signal $ 74,703.20 Passenger Landing Retrofits $ 3,373.00 I nspection, Survey, Material Testing, etc. $ 216,487.39 Construction Management $ 77,264.00 10 Percent Contingency $ 198.037.39 Total $ 2,472,162.63 The $1,902,297.65 second phase West Berry Streetscape Improvements construction is funded by the original NCTCOG Sustainable Development Program grant administered by the City. The $74,703.20 traffic signal costs are funded by a Regional Transportation Commission Local Air Quality grant from NCTCOG as discussed in M&C C-22903. Additional funding for the retrofitting of transit passenger landings along West Berry Street will be provided by the Fort Worth Transportation Authority (The T). The total estimated City cost of inspection, survey, material testing, is $216,487.39 construction management, $77,264.00 and a 10 percent contingency of $198,037.39 for a total of $491,788.78 is funded by the 2004 Capital Improvement Program New Development Fund. The annual budget impact for Parks and Community Services Department maintenance is estimated to be minimal, as Texas Christian University has agreed to maintain the new landscaping work as they have done on the previous phase of the Project. During the design of the second phase of the Project, The T requested a retrofit for transit passenger landing improvements associated with the previous completed phase of streetscape improvements along West Berry (Waits Avenue to Forest Park Boulevard) completed in 2008. The T has committed to provide funding for design, bidding services, and construction in the amount of $11,183.00 for new passenger landings along West Berry between Greene Avenue and Merida Street on this next phase of the Project. Upon approval of this Mayor and Council Communication (M&C), City Staff will work with The T to execute an inter -local Agreement defining the agency responsibilities and expenses related to this project. As part of the required local match for the Sustainable Development Project grant, City Council authorized the acceptance of $139,101.00 as an in -kind contribution and $60,369.00 in monetary funds from Texas Christian University (TCU), (M&C G-15992). TCU completed all work associated with their $139,101.00 in -kind improvements within the public ROW in front of the TCU Barnes and Noble Bookstore, but it was later determined by NCTCOG that the work could not be counted towards the in -kind requirement as the project was not eligible under the grant guidelines. The $60,369.00 in monetary funds from TCU will still be used as part of the local match with the remaining $139,101.00 being covered by the City's contribution from the 2004 Capital Improvement Program New Development Fund, also authorized under the aforementioned M&C. M& C Review Page 3 of 3 Contractor Selection and M/WBE Compliance The project was advertised on November 10, 2011 and November 17, 2011, in the Fort Worth Star- Telearam. On December 15, 2011, the following bids for construction and traffic signal installation were received: McClendon Construction Company, Inc. $1,980,373.85 The Fain Group, Inc. $1,980,625.61 CPS Civil, LLC $1,998,856.00 Ed A. Wilson, Inc. $2,343,728.00 AUI Contractors, LLC $2,475,581.84 McClendon Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/WBE participation and documenting good faith effort. McClendon Construction Company, Inc., identified several subcontracting opportunities. However, the M/WBEs contacted in the areas identified did not respond or did not submit the lowest bids. The City's goal on this project is 25 percent. This project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Grants Capital Project Fund and the Grants Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 34) $11.183.00 1) $74.703.20 GR76 461411 006203110800 GR74 541200 020203257800 34) GR76 541200 006203110800 $11.183.00 GR76 541200 006203110800 $1.905.670.95 5) $139.101.00 GR76 488339 006203110000 GR76 541110 006203110000 $139.101.00 Submitted for Citv Manaser's Office_by. Fernando Costa (6122) Orininatina Department Head: Randle Harwood (6101) Additional Information Contact: Arty Wheaton -Rodriguez (7373) ATTACHMENTS 06WESTBERRYSTREETSCAPE AO 12(mevJ doc Final ILA with _T_for Desi n and Construction.doc Project Location Map_ 06WestBerrXStreetscape.pdf MW W r ims CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS ADDENDUM NO. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR West Berry Streetscape Improvements West Berry Street — University Drive to Waits Avenue D.O.E. NO.6755 City Project Number 00407 BID RECEIPT DATE: 1:30 PM, December 15, 2011 ISSUED: December 2, 2011 This Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provide below, in the Bid Form and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans and Specification documents for West Berry Streetscape Improvements are hereby revised by Addendum No. 1 as follows: Project Manual Section 00 11 13 — INVITATION TO BIDDERS 1. The Bid Receipt date is changed to December 15, 2011. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum in the space provide below, in the Bid Form and acknowledge receipt on the outer envelope of your bid. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. REC T A O L E By. By. ichaei R. Hobbs, P.E.. TranSystems Jo d-1/ CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS ADDENDUM NO.2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR West Berry Streetscape Improvements M West Berry Street — University Drive to Waits Avenue D.O.E. NO.6755 City Project Number 00407 BID RECEIPT DATE: 1:30 PM, December 15, 2011 ISSUED: December 9, 2011 This Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provide below, in the Bid Form and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans and Specification documents for West Berry Streetscape Improvements are hereby revised by Addendum No. 2 as follows: Project Manual MSection 00 4100 — BID FORM Remove the BID FORM and replace with the REVISED form. Modifications include the following: 1. Revised the contract time to 300 days. Section 00 42 43 - BID PROPOSAL Remove the BID PROPOSAL and replace with the attached REVISED form. Unit 2 — Waterline is removed from this contract and is not part of the bid The items are shown but will have a bid amount of $0.00. The revised proposal has been uploaded to Buzzsaw. Section 00 52 43 — AGREEMENT Remove the AGREEMENT and replace with the REVISED form. Modifications include the following: 1. Revised the contract time to 300 days. Section 39 00 10 — WATER METER BOX ADJUSTMENT This section is added to the project manual. Plans 1. Cover Sheet — The cover sheet is replaced with the attached sheet. The signatures are all included. 2. Sheet 4 — Water Line Control and Horizontal Alienment. This sheet is replaced with the attached sheet. Revised existing gate valves and identified location of the cut & plug of the existing 10" water line. 3. .Sheets 6 thru 11 — Traffic Control — Water Line. Water Line A & B Plan & Profile. These sheets are removed from this construction contract and will be constructed by others. They are included in the plan set to show improvements made during the project 4. Sheets 6 thru 8 — Traffic Control — Water Line. These sheets are replaced with the attached sheets. Revised notes, signs, sign locations and striping. 5. Sheet 9 — Water Line Plan and Profile STA 1+00 to 4+00. This sheet is replaced with the attached sheet. Revised _ services and added new 8" water line. 6. Sheets 13 thru 20, 22 thru 24.26 thru 28 and 30 — Traffic Control Plans — Berry Street. These sheets are replaced with the attached sheets. Revised notes, signs, sign locations and striping. 7. Sheet 46 — Roadwav Plan and Profile STA 16+00 to 20+00. This sheet is replaced with the attached sheet Revised notes and added or revised signs. 8. Sheet 60 -- Bcrry Street & University Dr. Intersection Hardscaae Details. This sheet is replaced with the attached sheet. Added Seal and Signature. G:*V0&"?Sp0CMdOmdum No 28cayAddmd 2 doc i MW .. 9. Sheet 65 — Reinforced Concrete Pavement Construction Details. This sheet is replaced with the attached sheet. Revised pavement depth. 10. Sheet 67 — Drivewav Details & Concrete Pavers. This sheet is replaced with the attached sheet. Revised the steel in the concrete paver details, deleted the concrete reinforcement detail and added detail for median dowelled curb. 11. Sheets 82 thm 84 — Traffic Signals. These sheets are replaced with the attached sheets. Revised notes, curb ramp and .. pavement markings. 12. Sheets 94 thru 96 and 97 — Landscape Notes, Landscape Plan. These sheets are replaced with the attached sheets. Revised quantities and callouts for Drift Roses in the corner planters. 13. Sheet 99 — Irrigation Notes. This sheet is replaced with the attached sheet. Revised notes, thrust block for mainline, bubbler heads, master valve and details. 14. Sheet 104 — Irrigation Details. This sheet is replaced with the attached sheet. Revised details. Clarifications 1. The following documents are required when submitting a bid. a. Section 00 35 13 — Conflict of Interest Affidavit b. Section 00 4100 — Bid Form c. Section 00 42 43 — Bid Proposal d. Section 00 43 13 — Bid Bond e. Section 00 43 37 — Vendor Compliance to State Law f. Addendums 2. The contractor shall purchase light poles and fixtures from suppliers. The light poles and fixtures are not to be purchased from the City. 3. All brick pavers shall be on a mortar bed and have mortar joints. Refer to Section 32 14 16 — Brick Paver Unit. The Bid Proposal was revised with descriptions of Roadway, Median Nose or Sidewalk added to the Brick Pavement item to differentiate the items by location. 4. 4" concrete sidewalk quantity includes the 4" concrete under the brick pavers. Refer to Typical Sidewalk Section on w, sheet 63. The 4" curb around the planter area is subsidiary to the cost of the sidewalk. 5. The maximum spacing for contraction joints is 40'. 6. The concrete in the University/Berry intersection is colored and stamped. Refer to Intersection Hardscape Details, sheet 60. The stamping shall be considered subsidiary to the cost of the colored concrete. 7. The color concrete quantity for the roadway includes the area under the roadway pavers. These areas are one continuous pour. 8. The sub -grade preparation for the median west of University is removed. The Bid Proposal has been revised to reflect this change. 9. Asphalt Pavement — 4" Type D is the underlayment for the pavement, 3" Type D is the repairs to the parking lot and bid item Temporary Asphalt Pavement (SY) was added to the Bid Proposal for the temporary pavement in the median areas. 10. The Stone Water Pollution Prevention Plan (SWPPP) Manual has been uploaded to Buzzsaw. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect_ The Contractor shall acknowledge receipt of this Addendum in the space provide below, in the Bid Form and acknowledge receipt on the outer envelope of your bid. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. ' ���,��•OFiS it i..s......................s.. i RCHAEL R. HOBSS i .......................... 108644 ++ 'O •., S tt NSi°_X PE`�, RECE AC OWL D: t!�S'S`/ By: }3 . r; Michael R Hobbs, P.E.. TranSystems G:VW06W"7%SpmNddmd— M M—Y Adduct 2 doe .� 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 001113-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of West Berry Streetscape will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, December 8, 2011 and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 1000 LF Roadway reconstruction. Reconstruction includes, concrete paver and integral color concrete intersections, concrete paver sidewalks, landscaping, irrigation, lighting and traffic signals. Project also includes approximately 800 LF of 12" water line with associated incidentals. 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 qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at httD://www.fortworthaov.orp/Durchasinp/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Transystems 500 West 7t° Street, Suite 1100, Fort Worth, TX 76102. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $60.00 / Non-refundable. Set of Bidding and Contract Documents with half size (if available) drawings: Not available. PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: November 29, 2011 TIME: 10:30am Central Standard Time PLACE: 1000 Throckmorton, PMO Conference Room Fort Worth, Texas 76102 LOCATION: PMO Conference Room 255A — located on second floor of City Hall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streelscape Improvements City Project No. 00407 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 2 City reserves the right to waive irregularities and to accept or reject bids. 3 4 5 INQUIRIES 6 All inquiries relative to this procurement should be addressed to the following: 7 Attn: Paul Roach, P.E., City of Fort Worth 8 Email: paul.roach@fortworthtexas.gov 9 Phone: 817-662-1211 10 AND/OR 11 Attn: Michael Hobbs, P.E., Transystems 12 Email: mrhobbs@transystems.com 13 Phone: 817-334-4449 14 15 ADVERTISEMENT DATES 16 November 10, 2011 17 November 17, 2011 18 19 END OF SECTION CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 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 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.6. Perform independent research, investigations, tests, borings, and such other means 2 as may be necessary to gain a complete knowledge of the conditions which will be 3 encountered during the construction of the project. On request, City may provide 4 each Bidder access to the site to conduct such examinations, investigations, 5 explorations, tests and studies as each Bidder deems necessary for submission of a 6 Bid. Bidder must fill all holes and clean up and restore the site to its former 7 conditions upon completion of such explorations, investigations, tests and studies. 8 9 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 10 cost of doing the Work, time required for its completion, and obtain all information 11 required to make a proposal. Bidders shall rely exclusively and solely upon their 12 own estimates, investigation, research, tests, explorations, and other data which are 13 necessary for full and complete information upon which the proposal is to be based. 14 It is understood that the submission of a proposal is prima -facie evidence that the 15 Bidder has made the investigation, examinations and tests herein required. Claims 16 for additional compensation due to variations between conditions actually 17 encountered in construction and as indicated in the Contract Documents will not be 18 allowed. T 20 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 21 between the Contract Documents and such other related documents. The Contractor 22 shall not take advantage of any gross error or omission in the Contract Documents, 23 and the City shall be permitted to make such corrections or interpretations as may 24 be deemed necessary for fulfillment of the intent of the Contract Documents. 25 26 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 27 28 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 29 the site which have been utilized by City in preparation of the Contract Documents. 30 The logs of Soil Borings, if any, on the plans are for general information only. 31 Neither the City nor the Engineer guarantee that the data shown is representative of 32 conditions which actually exist. 33 34 4.2.2. those drawings of physical conditions in or relating to existing surface and 35 subsurface structures (except Underground Facilities) which are at or contiguous to 36 the site that have been utilized by City in preparation of the Contract Documents. 37 38 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 39 on request. Those reports and drawings may not be part of the Contract 40 Documents, but the "technical data" contained therein upon which Bidder is entitled 41 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 42 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 43 responsible for any interpretation or conclusion drawn from any "technical data" or 44 any other data, interpretations, opinions or information. 45 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or 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: Paul Roach, P.E., Planning and Development Fax: 817-354-4935 Email: paul.roach@fortworthtexas.gov Phone: 817-662-1211 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at http://fortworthtexas.gov/purchasing/. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with City Ordinance No. 15530 (as amended), the City has goals for the participation of minority business and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE/WBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form (with "documentation) and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non -responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible 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 others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page i of 3 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. httD://www.ethics.state.tx.us/forms/CIO.vdf httr)://www.ethics.state.tx.us/forms/CI'3.odf 0 CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary Q CIS Form is on File with City Secretary Q CIS Form is being provided to the City Secretary BIDDER: "Widon Conrstruction Co., Im. By: lba r r�� 1.4 yjl�� �, 4—V — � Compan���x (Ml se Print Burleson, TX 7W97 Signature: Addrecc City/State/Zip Title: �Aa (Please Print) CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1n an 00 35 13 - 2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 3 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing btmww ss with local govern ammtal eahty TM nraoeb manM uado to 1M bw by na htll, N& Lw a "ff ftedwr. dFfxERl 0my This q is being Sled in. with Chq*w 17a, Laval Q . _ Code ahhw Racekme — — — bya persornalmhm abusirmms rebtlorhship asdetihedby Section 176-00I(l-e)witha local 1. : .. , l atilt' cad we parsm weed ngprememb viler Section l76AO8(a)_ ay LahrArisque�rnaihehmew6eTiedhwFbte " afurelo®Ipouerrrnerial enliynMinWrthan tw7& busmmmsday mhwthe dWe*w person becomes awme dbcts thrt m*iwe the sbknwt b be lied. See Section 17aDM. !.oral rt , Code. A person carnrrw s an arknse if the person brow qoy videres Section 170A0t1, Lora Gavermonenl Coati Anclienue udertiis seckm is a Lass C .. J Plane of pasom who 1v 1. &.,iw �4 i(.' y er"r- ! P.O. Box 999 ?I ❑ CherAfhisbore (The law requires that you file an updated ocmpleted quesimornaire with Are app q--mbe Nang allDKWdy not War tiara Are 7b busaess day after !ae dae Ere tied questiomwe becomes l000mrolele or mace rAe,) s Miee*boa gowneweeetdliee!•hbnitlnwblron7/4tf7business reidiorrslr�/ TThs section (ilea 3 mdmhm 9obparb A. B, C & D) must be completed for each officer rih whom fie tier has an eerplopeert ar obw business rdaWxw** as delved by section 176.001(", Luca) Good cede- Atlahrh addbonal papas b i is Faaw CIO as necessary. A. hs tie bed goresnmet ailieer named it his section eeceWTV or Melt' to ►aeeire t Mble income. 001B than WWeShrhsrt . mme, tram Are tier d tie . ' . . , :? Yes M No B. is he liar of tie ques6onnme reeeiw ariib* b receive bmwAde :Kent. otter 6m inhreslrre t imnte. bam ar at tie deeclian of lbe bd gouemmreert officer maned in this seceen AND the !arable imm ie is not received hnom the local ❑mes allo C_ is the liar of ilia . : arpbyed by a aorporatim or other business eniky wah respect b which the bind gwie"waet owe" gas as an oioer or drecbti or hdds an awnerAW d 10 pecert or more? I�Yes r-1N. 0L Describe each enpbpm and or business relationship nigh The local gorerwnenl officer named in Air section. igrc 1►?f►.,�1si � ��n� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Adopted OW2912047 West Berry StreetsaWc Improvements City Project No. 00407 003513-3 CONFLICT OF INTEREST AFFIDAVIT Page 3 of 3 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Irrstueions and Oft 9* iota are ppmWea an #* amid page) rbfi ndlids cutup" ifrar to ifie low by Rae- 1ds81„ am LV, Mpow Z=WmL - atT=Eu@Efokr Th6 is the rofoe la the appmpmAe bean gavernlie entity du t the fofloiring Iorcl er goeernwt der oAss me bec afifre of facts he d5off to fie Iliis sham ent arc rrme� ef o Wxsroe aduiMr 776 LocalQaverrnter 1 Jtame of t"d Canrri m" t O fmm t71Ree held / ! I �? Mace o(pefsfm Awaited 4 secums, xAm2w and 1 irO.OfICIK leeal CT0rw1 ft* core JDesfaipfura of tie fair a d eaten rf - . , I _ . or alt er busbWSS - . - , - mft pemm wammd is iem 3 J List ONS aeeepb!i by tAe led i . oMW a" bmil were � gift d��by +d se 176-M1i-+1 3, i� apie.aie eFfte tTroer gift aeeepWd Ifam persof famed imitem 3 esed $=dmif f dm 1a-me peiifd descried by Sectim TM Ate) Dale CA Accepled Dale G&Aeo"ftd Oale CAQAampled ANTU IGMAPM fTIWiP / BEAL awa d mmd aamvae9 Dessip6iort of GM ofterwos of em Desaip m a m (agach addkonal forte: as r eessay) 1 tuna+ mess pefrq of pe 4 1 Out se abate dWsed is um aas mist. f amamin¢ MA we mr.uoaae >PON NO a hsef ereOa JW refired by Sind t7fiMM LDCA Goom art [ode) of frfc ft* Wmwr ent amceri awo miintlm Ve bd fib mlarnt mfoe tie t2iflililr perod d6oOec1 by Sl'M3{ak Labs tasrewlieit adt 4771 3 urafeii afea my 1mWW ami mr of mlica FVWMd name W'oit r . ,, _ . mm END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 a" fr rmr Tae of olfrsOWN Aeapled fIfi W200T West Berry Streetscape Improvements City Project No. 00407 TO: The City Manager c/o: The Purchasing Department 1000 Tbrockmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 00407 Units/Sections: Unit 1 - Roadway Unit 2 - Water Unit 3 - Median West of University Unit 4 - Bus Stop Modifications 1. Enter Into Agreement SECTION 00 4100 BID FORM West Berry Strectscape Improvements University Drive to Waits Avenue Addendum No 2 0041 00 BID FORM Page 1 of 3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification .- 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to retain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fom Revised 20110627 West Berry Streetscape Imrovemems City Project No. 00407 Addendum No 2 ■ 004100 BID FORM Page 2 of 3 3. Prequalification IN The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. b. C. d. 4. Time of Completion ■ 4.1. The Work will be complete for Final Acceptance within 300 days after the date when 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 failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form �b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. f c. Proposal Form Section ✓ d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 ■ e. MWBE Forms (optional at time of bid) ✓ '. Prequalification Statement, Section 00 45 12 ■ g. Conflict of Interest Affidavit, Section 00 35 13 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders ■ 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided • below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification 01 and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. N CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Foam Revised 20110627 West Berry Streetsoape [mrovements City Project No. 00407 Addendum No 2 ■ 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> Total Base Bid <use this if applicable, otherwise delete> Alternate Bid <use this if applicable, otherwise delete> Deductive Altemate<use this if applicable, otherwise delete> Additive Alternate <use this if applicable, otherwise delete> Total Bid 7. Bid Submittal This Bid is submitted on 12/15/2011 Respe ly ined, By: (��� (Signature) Dan McClendon (Printed Name) Title: President Company: McClendon Const Co, Inc Address: PO Box 999 Burleson, TX 76097 State of Incorporation: Texas Email: daa@mcclendonconstruction.com Phone: 817/295-0066 00 41 00 BID FORM Page 3 of 3 #REF! #REF! #REF! #REF! #REF! by the entity named below. Receipt is acknowledged of the Initial following Addenda: [Addendum No.1: dm Addendum No. 2: din Addendum No. 3: Addendum No. 4: END OF SECTION Corporate Seal: CITY OF FORT WORTH West Berry Streetscape Imrovemerds STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Form Revised 20110627 Addendum No 2 UNIT PRICE BID McCWxjon Conrowtlon Co., Nicer P.O. Box M. ftdeson, TX 76M7 SECTION 00 42 43 PROPOSAL FORM Project Item Information 00 42 43 (2) BID PROPOSAL PW I of 7 Addendum No 2 Bidder's Application Bidders Proposal Bidhst Item Description Specification Specification Unit of Quantity Unit Price Bid Value No. Section No. Measure Unit 1 -Roadway 0241.1000 0241.1000 Remove Conc Pvmt 0241 15 SY 5492 $17.00 $93,364.00 0241-1100 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 4226 $15.00 $63,390.00 0241.1300 0241.1300 Remove Conc CurbBGutter 0241 15 LF 80 E8.00 $640.00 2605-0111 2605.0111 ELEC SERV PED 26 05 00 EA 2 $4,500.00 $9,000.00 2605.0131 2605.0131 Salvage Electrical Equipment 26 05 10 LS 1 $2,500.00 $2,500.00 2605.3001 2605.3001 1 1/4' CONDT PVC SCH 80 (1) 26 05 33 LF 2140 $5.00 $10,700-00 2605.3011 2605,3011 2" CONDT PVC SCH 40 (T) 26 05 33 LF 147 $6.50 $955.50 2605-3014 2605.3014 2" CONDT RM (Riser) 26 05 33 LF 25 $19.00 $475-00 2605.3021 2605.3021 3" CONDT PVC SCH 40 (f) 26 05 33 LF 64 $8.50 $544.00 2605.3022 2605.3022 3" CONDT PVC SCH 40 (B) 26 05 33 LF 422 $15.50 $6,541.00 3123.0101 3123.0101 Unclassified Excavation 31 2316 CY 3968 $33.50 $132,928.00 3125-0101 3125.0101 SWPPP z 1 acre 31 25 00 LS 1 $2,450.00 $2,450.00 3211.0400 3211.0400 Lime 3211 29 TN 204 $135.00 $27,540.00 3211-0501 3211.0501 6" Lime Treatment 32 11 29 SY 8503 $4.50 $38,263.50 3212.0303 3212.0303 3" Asphalt Pvmt Type D (Parking Lot) 3212 16 SY 106 $28.00 $2,968.00 3212.0304 3212.0304 4- Asphalt Pvmt Type D 32 12 16 SY 8281 $24.00 $198,744.00 3212,0401 3212.0401 HMAC Transition 3212 16 TN 55 $175.00 $9,625.00 3213.0105 3213.0105 10' Conc Pvmt 321313 SY 6656 $55.00 $366,080.00 3213.0301 3213.0301 4" Conc Sidewalk 32 13 20 SF 19365 $6.00 $116,190.00 3213.0401 3213.0401 6" Concrete Driveway 32 13 20 SF 1011 $7.00 $7,077.00 3213,0521 3213.0521 6' Barrier Free Ramp, Type A 32 13 20 EA 24 $500.00 $12,000.00 3213-0522 3213-0522 6' Barrier Free Ramp, Type B 32 13 20 EA 2 $475.00 $950.00 3213.0700 3213.0700 Joint Seat-" 32 13 73 LF 13900 $0.60 58,340.00 3214-0100 3214.0100 Brick Pvmt (RoadwayxMedian Nose) 32 14 16 SY 310 $82.00 $25,420-00 3214.0100 3214.0100 Brick Pvmt (Sidewalk) 32 14 16 SY 875 $68.00 $59,500.00 3216-0101 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 80 $20,00 $1,600-00 3217.0301 3217.0301 12" SLD Pvmt Marking HAE (W) 32 17 23 LF 602 $3.50 $2,107.00 3217-0401 3217.0401 18' SLD Pvmt Marking HAE (W) 32 17 23 LF 146 $&00 $730.00 3217.1002 3217.1002 Lane Legend Arrow 32 17 23 EA 1 $135.00 $135.00 3217.1004 3217.1004 Lane Legend Only 32 17 23 EA 1 $145.00 $145.00 3217.2001 3217.2001 Raised Marker TY W 32 17 23 EA 1276 $3.05 $3,891.80 3217.2104 32172104 REFL Raised Marker TY IHC-R 321723 EA 321 $4.35 $1,396-35 3292.0100 3292.0100 Block Sod Placement 32 92 13 SY 100 $4.50 $450.00 3305.0106 3305.0106 Manhole Adjustment, Major 33 05 14 EA 2 $600.00 $1,200-00 3305.0111 3305.0111 Valve Box Adjustment 33 05 14 EA 3 $150.00 $450.00 3441,1001 3441.1001 3-Sect Signal Head Assmbly 3441 10 EA 13 $950-00 $12,350-00 3441.1002 3441.1002 4Sod Signal Head Assmbly 3441 10 EA 4 $1,200.00 $4,800.00 3441.1011 3441.1011 Per! Signal Head Assmbly 3441 10 EA 8 $550-00 $4,400.00 3441.1031 3441.1031 Accessible Ped Signal 34 41 11 EA 8 $1,050.00 $8,400.00 3441.1203 3441.1203 Install Radar Presence Detect System 3441 10 EA 4 $350-00 $1,400.00 3441.1208 3441.1208 Install Emergency Vehicle Preemption System 3441 10 LS 1 $1,800-00 $1,800.00 3441.1212 3441.1212 Instal BBU System FXf Mounted 3441 10 EA 1 $550.00 $550.00 3441.1315 3441.1315 201C 14 AWG Mu16 Conductor Cable 3441 10 LF 503 $3.50 $1,760.50 3441.1407 3441.1407 NO 4 Insulated Ftec Condr 3441 10 LF 3645 $1.10 $4,009.50 3441.1408 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 408 $1.10 $448.80 3441.1409 3441.1409 No 8 knsulated Flee Condr 3441 10 LF 2049 $1.10 $2,253.90 3441.1414 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 510 $1.10 $561.00 3441.1502 3441-1502 Ground Box, Smal, w/ Lid Apron 3441 10 EA 21 $600.00 $12,600.00 3441.15M 3441.15M Grand Box, Large, w/ Lid Apron 3441 10 EA 4 $650.00 $2,600.00 3441.1617 3441-1617 Instal Type 41 Shglai Pale 34 41 10 EA 1 $550.00 $550-00 3441,1619 3441.1619 Install Type 43 Signal Pole 3441 10 EA 3 $550,00 $1,650,00 CITY OF FORT WORTH Wm Bem SheaKwe h*nw-nn STANDARD CONSTRUCIXIH SPECIFICATION DOCUMEN iS Cry Proysl No 00407 Form Reverd 20110627 Addendum No 2 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidlist Item Description No. 3441,1626 3441.1626 Install Mast Arm 16' - 36' 3441.1627 3441.1627 Install Mast Arm 40' - 48' 3441.1703 3441.1703 TY 3 Signal Foundation 3441.1704 3441.1704 TY 4 Signal Foundation 3441.1711 3441.1711 Signal Cable Foundation 3441.1724 3441.1724 Install Controller 8 Cabinet, Ground MNT 3441.2001 3441.2001 Salvage Traffic Signal 3441,3011 3441.3011 Rd" Ilium Assmbly Special 3441.3102 3441.3102 20OW HPS PC Lighting Fixture 3441.3301 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 3441.3302 3441.3302 Rdwy Ilium FourKlalion TY 3,5,6, and 8 3441,3501 3441.3501 Salvage Street Light Pole 3441.4005 3441.4005 Install Alum Sign Mast Arm Mount 3441.4006 3441.4006 Install Alum Sign Ground Mourn 3471,0001 3471.0001 Traffic Control 3471.0002 3471.0002 Portable Message Sign 3900.0100 Remove and Relocate Adaptive Camera System 3900.0101 10" Coric Pvmt with integral Color Additive 3900.0102 Sidewalk Benches 3900.0103 Trash ReceptaGes 3900.0104 Logo Paver 3900.0105 Comer Planter Box 39W.0106 Irrigation System 3900.0107 Japanese Blood Grass (1 gal) 39W.0108 Asian Jasmine (1 gal) 3900.0109 Gulf Muhly Grass (1 gal) 3900.0110 Mexican Oak (4' cal) 3900.0111 Desert Willow'DesertAmethyst (2.5" cal) 3900.0112 Red Drift Rose'Meigalpa (3 gal) 3900.0113 Rosemary'Hills Hardy' (5 gal) 3900.0114 Salvia Gregil VKWPX (1 gal) 3900.0115 Satvia Gregii 'White' (1 gal) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECUXATION DOCUNCEirr'S Form Revised 20110627 00 42 43 (2) BID PROPOSAL Page 2 of 7 Addendum No 2 Bidder's Application Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 3441 10 EA 1 $550.00 $550.00 344110 EA 3 $550.00 $1,650.00 3441 10 EA 1 $2,150.00 $2,150.00 3441 10 EA 3 $2,350.00 $7.050.00 3441 10 EA 1 $2,150.00 $2,150.00 344110 EA 1 $2,750.00 $2,750.00 344113 EA 1 $1,700.00 $1,700.00 34 41 20 EA 20 $4,300.00 $86,000.00 344120 EA 4 $425.00 $1,700.00 3441 20 EA 8 $650.00 $5,200.00 344120 EA 12 $8%00 $10,200.00 34 41 20 EA 9 $275.00 $2,475.00 34 41 30 EA 10 $80.00 $800.00 34 41 30 EA 1 $265.00 $265.00 3471 13 MO 10 $11,650.00 $116,5W.00 3471 13 WK 40 $450.00 $18,000.00 LS 1 $1,500.00 $1,500.00 321313, SY 1625 3902750 $103.00 $167,375.00 EA 16 $2,350.00 $37,600.00 EA 20 $1,400.00 $28,000.00 03 30 00, EA 21 3902750 $100.00 $2,100.00 321613 EA 7 $600.00 $4,200.00 39 02 810 LS 1 $63,850.00 $63,850.00 39 329100, 39 329119, EA 161 39 329200, 39329300 $9.00 $1,449.00 39 329100, 39 329119, EA 5230 39 329200, 39329" $6.00 $31,380.00 39 329100, 39 329119, EA 215 39 329200, 39329300 $9.00 $1,935.00 39 329100, 39 329119, EA 9 39 329200, 39 329300 $675.00 $6,075.00 39 329100, 39 329119, EA 14 39 329200, 39 329300 $550.00 $7,700.00 39 329100, 39 329119, EA 55 39 329200, 39329300 $28.00 $1,540.00 39 329100, 39 329119, EA 24 39 329200, 39 329" $27.00 $648.00 39 329100, 39 329119, EA 324 39 329200, 39 329300 $12.00 $3,888.00 39 329100, 39 329119, EA 162 39 329200, 39329300 $12.00 $1,944.00 Wed Beny saeene.Pe InWvem®Is City Project No 004017 Added= No 2 c.w UNIT PRICE BID Bidlist Item No. 3900.0116 Chinese Pistachio (4" cal) 3900.0117 6" Median Dowehed Curb 3900-0118 Temporary Asphalt Pavement 3900.0119 Water Meter Box Adjustment SECTION 00 42 43 PROPOSAL FORM Project Item Information Description CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 42 43 (2) BID PROPOSAL Page 3 of 7 Addendum No 2 Bidder's Application Bidders Proposal Specification Unit of Bid Quantity Unit Puce Bid Value Section No. Measure 39 329100, 39 329119, EA 16 39 329200, 39 329300 $545.00 $8,720.00 321613 LF 1516 $11.00 $16,676.00 3001 18 SY 1167 $29.00 $33,843.00 390010 EA 10 $100.00 $1,000.00 Total Unit 1 $1,943,986.85 West Berry Streets ape lmpruvemenl9 City Project No 00407 Addendum No 2 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidlist Item Description No. Unit 2 - Water Line 0241.1201 0241.1201 4" Water Abandonment Plug 0241.1204 0241.1204 10" Water Abandonment Pk1g 0241.1300 0241.1300 Remove Conc CurbBGutter 0241.1301 0241.1301 Remove 4" Water Valve 0241 1302 0241.1302 Remove 6" Water Valve 3201.0400 3201.0400 Temporary Asphalt Paving Repair 3201.0616 3201.0616 11" Conc Pvmt Repair 3216.0101 3216.0101 W Conc Curb and Gutter 3304.0101 3304.0101 Temporary Water Services 3305.0204 3305.0204 Imported EmbedmentBackfilt, Crushed Rods 3311.0001 3311.0001 Ductile Iron Water Fittings 3311.0161 3311.0161 6" PVC Water Pipe 3311.0261 3311.0261 8" PVC Water Pipe 3311.0461 3311.0461 12' PVC Water Pipe 3312.0001 3312.0001 Fire Hydrant 3312.2001 3312.2001 1" Water Service, Meter Relocation 33122003 3312.2003 1" Water Service 3312.2004 3312.2004 1" Private Service 3312.3002 3312.3002 6" Gate Valve 3312.3005 3312.3005 12' Gate Valve CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 42 43 (2) BID PROPOSAL Page 4 of 7 Addendum Not Bidder's Application Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 0241 14 EA 2 0241 14 EA 2 0241 15 LF 40 0241 14 EA 2 0241 14 EA 4 3201 18 LF 834 3201 29, SY 65 3902750 32 16 13 LF 20 33 04 30 LS 1 33 05 10 CY 100 331111 TON 4.5 3311 12 LF 30 3311 12 LF 115 3311 12 LF 811 33 12 40 EA 3 33 12 10 EA 9 33 12 10 EA 10 33 12 10 LF 200 33 12 20 EA 3 33 12 20 EA 7 Total Unit2 1 ' D B I_D Wm isem Stree-.vVe Trnproveme: B Cijv Pr ect No PON /I ( ddendum N 2 e livt_C,�1�. AA, Vh UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidlist Item Description No. Unit 3 - Median West of UMversity 0241.0800 0241.0800 Remove Rip Rap 0241.1000 0241.1000 Remove Conc Pvmt 3123.0101 3123.0101 Unclassified Excavation 3900.0300 Concrete Curb (6") 39W.0301 Concrete Curb (3") 3900.0302 Concrete Median (6")(Stamped and Color) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUR¢T7f8 Form Revised 20110627 00 42 43 (2) BID PROPOSAL Page 5 of 7 Addendum No 2 Bidder's Application Biddels Proposal Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 0241 13 SF 140 $1.00 $140.00 0241 15 SY 195 $20.00 $3,700.00 312316 CY 71 $36.00 $2,556.00 321613 LF 240 $15.00 $3,600.00 32 16 13 LF 173 $15.00 $2,595.00 32 13 13, SY 291 3902750 $53.00 $15,423.00 Total Unit 3 $28,014.00 West Berry Sueewcape Improvements City Project No 00407 AddaA m No 2 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidlist Item Description No. Unit 4 - Bus Stop Modifications 0241.0100 0241.0100 Remove Sidewalk 3110.0101 3110.0101 Site Clearing 3211.0111 3211.0111 4' Flex Base, Type A, GRA 3213.0301 3213.0301 4' Cori Sidewalk 3900.0400 Relocate Trash Can 3900.0401 Relocate Bench CITY OF FORT WORTH STANDARD CONSTRtX-nON SPECIFICATION DOCUMENTS Form Revised 20110627 00 42 43 (2) BIDPROPOSAL Page 6 of 7 Addendum No 2 Bidder's Application Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 0241 13 SF 12 $22.00 $264.00 311000 LS 1 $1,200.00 $1,200.00 321123 SY 13 $18.00 $234.00 321320 SF 115 $9.00 $1,035.00 EA 2 $160.00 $320.00 EA 2 $160.00 $320.00 Total Unit 4 $3,373.00 West Berry Streewcape Improvements City Ptojed No 00407 Addmidum No 2 00 42 43 (2) BID PROPOSAL Page 7 of 7 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item Information Bidlist Item Description No. Total Unit 1 -Roadway Total Unit 2 -Water Line Total Unit 3 - Median West of University Total Unit 4 - Bus Stop Modifications CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Addendum No 2 Bidder's Application Bidders Proposal Specification I Unit of I Bid Quantity Unit Price I Bid Value Section No. Measure Bid Summary Base Bid $1,948,986.85 $28,014.00 $3,373.00 Total Bid $1,980,373.85 Wen Berry Streets-pe Impmvements City Project No 00407 Addendum No 2 4 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas 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 nonresident 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 fitted out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal 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. 2' BIDDER: Company: McClendon Const Co, Inc y: Da McClendo Address: PO Box 999 (Signature) Burleson, TX 76097 Title: President ` Date: //5 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS West Berry Streetscape lmprovements Form Remed 20110627 City Project No. 00407 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 00 45 12 -1 PREQUALIFICATION STATEMENT Page 1 of I SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Prequalification Contractor/Subcontractor Company Name Type % / I Expiration Date Roadway Z �3 /1/L Water Line NIA Lighting/Signal The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: By: , C'_(6D ? 6,-- Company " ComftO 't Gam, 1 e Print) P.O. BOX 9W 7W7 Signature: �1,ar Address JBu,Wm' Title: S (he, City/State/Zip (Please Print) Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Beaty Streetscape I.. r , ., :., City Project No. 00407 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 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 00407 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: MCCWX'on CM&UC'M CO-, hr- By: BAN McCLEMDON, PRESIDENT Comp se Print U1WINW, 7X 7W97 Address Title: City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Dav) 1u cciendov1 , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of We I V1 ns vt>L-bb►n for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � day of -yt 1 , 20 1 Z M .. JULIANNE LEM MY COMMISSION EXPIRES ;;9 � � 2015 V{�Q LU Notary blic in and r c State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Eft 00 45 39 - 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL MR Pagel of 1 1 SECTION 00 45 39 2 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY _ 5 If the total dollar value of the contract is $25,000 or more, the M/WBE 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 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the 11 City on a contractual basis. All requirements and regulations stated in the City's current Minority 12 and Women Business Enterprise Ordinance apply to this bid. 13 .. 14 M/WBE PROJECT GOAL 15 The City's M/WBE goal on this project is 25% of the total bid (Base bid applies to Parks and 16 Community Services). 17 18 COMPLIANCE TO BID SPECIFICATIONS 19 On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's 20 M/WBE Ordinance by either of the following: dM 21 1. Meet or exceed the above stated M/WBE goal, or 22 2. Good Faith Effort documentation, or; 23 3. Waiver documentation, or; 24 4. Joint Venture. 25 26 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered .. 27 non -responsive. Any questions, please contact the M/WBE Office at (817) 212-2674. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION .. 30 The applicable documents must be received by the Managing Department, within the following 31 times allocated, in order for the entire bid to be considered responsive to the specifications. The 32 Offeror shall deliver the M/WBE documentafton in person. to the appropriate employee'of the 33 Managing Department and obtain a dateltime receipt. Such receipt shall be evidence that the City 34 received the documentation in the time allocated:, A faxed copy will not be accepted. 35 i .. we 36 37 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE participation: 4. Prime Contractor Waiver Form, if firm will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilizing a joint venture to meet or exceed goal. received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] West Berty Streetscape Improvements City Project No. 00407 ATTACHMENT IA Page 1 of 4 Ft )lit Wo t:1 i-i City of Fort Worth PRIME COMPANY NAME: Subcontractors/Suppliers Utilization Form Check applicable block to describe prime McClendon Construction Co, Inc PROJECT NAME: I M/W/DBE I x NON-M/W/DBE 13 West Berry Streetscape Improvements Decemberl City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 25 % 21.6 % Proj 00407 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MNVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 14 tier, a payment by a subcontractor to its supplier is considered 2`d tier ALL MfWBEs 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). If hauling services are utilized, the prime will be given credit as long as the MNVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full MNVBE credit. The MNVBE may lease trucks from non-MNVBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the MNVBE as outlined in the lease agreement. Rev. 5/30/03 i ATTACHMENT IA FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list MAWE firms first, use additional sheets if necessary. Certification N ° SUBCONTRACTORISUPPLIER T (check one) N T n Detail Detail Company Name Address ; e M yy C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D R O B B E E C T E A Green Scaping 2401 Hand ley-Ederville Rd Landscaping $271,085.00 Ft Worth, TX 76118 1 x x x Paver Const 817/577-9299 Sodding/Seeding 817/577-9331 Irrigation Rubio Trucking 9000 Co Rd 513 Hauloff $51,440.88 Alvarado, TX 76009 1 x x Trucking 817/829-3711 No Fax - Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $33,090.00 Euless, TX 76040 1 x x 817/268-5910 Fax 817/282-7497 W.O.E. Const Inc PO Box 185176 Silicone $7,367.00 Grand Prairie, TX 76181 1 x x Joint Seal 817/284-7401 8171284-7400 Cowtown Traffic Control 2724 Bryan Ave Barricades, $36,835.00 Ft Worth, TX 76104 1 x x Signs, 817/924-4524 Arrowboards 817-926-2725 H J G Trucking, Inc 701 Denair St Crushed Rock $6,595.00 Ft Worth, TX 76111 1 x x Topsoil 817/834-7181 Sand 817/834-8240 Rev. 5/30/03 R FORT WORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i_e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) o SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail Address a m W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D W E E R O B C T E A SAR Transportation 1101 Jarvis Rd Saginaw, TX 76179 817/232-2599 2 X X MMG Bldng & Const Svcs 1115 NE 23rd St Ft Worth, TX 76164 1 X 817/510-0490 817/510-0495 X Rock, Sand and Hauling (2nd tier thru Southern Star Concrete) Portable Toilets $20,867.00 $850.00 Rev. 5/30103 ATTACHMENT IA FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MANBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N SUBCONTRACTOR/SUPPLIER (check one) T N T n Detail Detail Company Name Address ; e M W C x M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D R O B B E E C T E A Southern Star Concrete 8505 Freeport Pkwy Ready -Mix $220,594.00 Irving, TX 75063 1 x Concrete 972/621-0999 Beall Lime Co 1100 West Parkway Hydrated Lime $26,928.00 Euless, TX 76040 1 x Slurry 817/835-4000 Fax 214/545-5402 Durable Specialties PO Box 381788 Traffic Signals $197,000.00 Duncanville, TX 75138 1 x Street Lighting 972/296-6324 Metroplex Pavement Mrk 1303 Jelmak Ave Pavement $7,212.65 Grand Prairie, TX 75050 1 x Markings 972-399-3500 972-313-0059 Barnsco, Inc 2609 Willowbrook Rebar Supplier $67,165.00 Dallas, TX 75220 1 x 214/352-9091 Fax 214/379-0341 Reynolds Asphalt PO Box 370 Hot Mix Asphalt Hot Mix Asphalt $168,518.35 Euless, TX 76040 1 x Pavement 8171267-3131 817/267-1878 Rev. 5/30103 ATTACHMENT IA FORrWOIttH Page 4of4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ $428,129.88 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $687,418.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $1,115,547.88 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 for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed 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 also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or 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. A thorized Signature President Title McClendon Construction Co, Inc Company Name PO Box 999 Address Burleson, TX 76097 City/Statamp Dan McClendon Printed Signature Contact Namerritle (if different) 817/295-0066 Telephone and/or Fax dan@mcciendonconstruction.com E-mail Address December 19, 2011 Date Rev. 5/30/03 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: McClendon Construction Co, Inc PROJECT NAME: West Berry Streetscape Improvements City's M/WBE Project Goal: PROJECT NUMBER 25 % Proj 00407 ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime 1 M/W/DBE I x I NON-MWDBE BI° °ATE December 15, 2011 If you have failed to secure MIWBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goat, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a MM(BE or non-MMIBE. (DO 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 Landscaping I Ready -mix Concrete Traffic Control Signals Installation Rebar Striping and Markers i Fuel Hauloff Trucking Crushed Rock, sand, topsoil Project Signs, Barricades, Traffic Control Hydrated Lime Slurry Seeding and Sodding Portable Toilets i Masonry, Stone, and Related (Pavers) Hot -Mix Asphalt Street Lighting Installation Joint Seal Irrigation Services HMAC Paving Rev. 05130103 ATTACHMENT 1C 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 and/or suppliers from the City's M/WBE Office. x Yes No Date of Listing 111 181 2011 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? x Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? x Yes (If yes, attach list to include name of MIWBE firm, person contacted, phone number and date and time of contact) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- - thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? x Yes 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 additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Independent Utility 8171478 4444 Richard Wolfe Signals/Lights Not Low Bidder Buyer's Barricades 817/535-3939 Shelba Buyers Water/Sewer Used other MBE Action Services 972/771-3832 (received fax) Striping/Mrkrs Not Low Bidder American Striping 972/557-8565 (received fax) Striping/Mrkrs Not Low Bidder A&A Construction 817/267-2757 Hector Garcia Paver Const Did not meet specs SYB Construction 972-790-190o Rodd Brann Paver Const Used other MBE KDAT 469/853-5038 Vickie Barnett HMAC Paving Not Low Bidder Texas Environmental 940/648-3640 (received fax) Landscaping NotLow/Incompl Rev. 06/30/03 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/wBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer 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 MfWBE(s) listed was/were contacted in good faith. It is understood that any MNVBE(s) listed in hment 1C will be con -ct d and the reasons for not using them will be verified by e City's BE Off 7JJ Dan McClendon -•LAbdhorized Signature Printed Signature President Title Contact Name and Title (if different) McClendon Construction Co, Inc 817/295-0066 Fax 817/295-6796 Company Name Phone Number Fax Number PO Box 999 dan@mcclendonconstruction.com Address Email Address Burleson, TX 76097 December 19, 2011 City/State/Zip Date Rev. 05/30/03 I SECTION 00 52 43 2 AGREEMENT 3 AGREEMENT THIS AGREEMENT, is made by and between 4 The Citv of Forth Worth, a home rule municipal corporation in the State of Texas, actine by and S through its Citv Manager. hereinafter called Citv, and McClendon Construction Companv, ' 6 Inc., a companv (legal description, e.g. corporation, LP, LLC), authorized to do business in 7 Texas, acting by and through its duly authorized representative, hereinafter called Contractor. 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 West Berry Streetscape Improvements 17 City Project No. 00407 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. Md 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 300 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City JSix Hundred Thirty Dollars ($630) for each day that expires after the time _ 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. so OFFICIAL RECORDI CITY SECRETARY FT. WORTH, TX 1 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of One Million Nine Hundred Eighty Thousand Three 39 Hundred Seventv-three and 85/100...................................... Dollars ($1,980,373.75) 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Exhibits to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non Resident Bidder 3) Prequalification Statement 4) State and Federal documents b. Current Prevailing Wage Rate Table c. Insurance Accord Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications as included in the Project Manual. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION OFFICIAL RECORD CITY SECRETARY FT. VVORTN, TX 73 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of, the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damages being 79 sought were caused, in whole or in part, by anv act, omission or ne licence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs, expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is alleged or 90 proven that all or some of the damages being sought were caused, in whole or in part, 91 by anv act, omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms, 95 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon C1TY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of III Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. OFFICIAL RETARY CITY SECRE PT. WORYH"M 113 7.6 ' Other Provisions. 114 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is ` 115 classified, promulgated and set out by the City, a copy of which is attached hereto and 116 made a part hereof the same as if it were copied verbatim herein. 117 7.7 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 SIGNATURE PAGE TO FOLLOW OR w i nV MM No •! Ma M CORD OFFICIA C ETpRY CITY SE FT. NORTH, TX 122 IN WITNESS WHEREOF, City and Contractor have signed this Agreement in multiple 123 counterparts. At least one counterpart each has been delivered to City and Contractor. 124 125 This Agreement will be effective on t r, n "t - - , 20 (which is the 126 Effective Date of the Agreement). 127 City of Fort Worth Contractor: McClendon Construction Company, Inc.. c�s�ii By: Fernando Costa ^ By: k \ �l Assistant City Manager _ (Signature) M&C c - 25 5 3 DAN McGLENDDN, PRESIDENT Date 3 � �7 - I Z� (Printed Name) -- Title: Attest: J Address: PO Box 999 ry ser City ecretary p� ON (Seal) °o °c City/State/Zip: Burleson, TX 76097 as o Fkyrn and Legality: a21j A sistant City Attorney �+ 128 129 130 131 APPROVAL RECOMMENDED: G�J f i� c lq 132 , 133 Dou a W. Wiersig, P.E. 134 DIRE OR, TRANSPORATIOAND PUBLIC 135 WORKS DEPARTMENT 136 1000 Throckmorton St. 137 Fort Worth, Texas 76102 138 139 , 140 T OFFICIAL RECORD, 141 CITY SECRETARY FT. WORTH, TX Bond No. TXC100007 061 13-1 PERFORMANCE BOND Page 1 of 2 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, McClendon Construction Companv. Inc., known as "Principal' herein and Merchants Bonding Company a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, One Million Nine Hundred Eiahtv Thousand Three Hundred Seventv-three and 85/100............................................................... Dollars 31.980.373.85), 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. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of I I , 20_, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as 2007 Critical Capital Project Contract 3C, City Project No. 00995. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. M P, M 006113-2 PERFORMANCE BOND Page 2 of 2 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 provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and S D this instrument by duly authorized agents and officers on this the day o�A 2 0 20 i4_20_. . ' �L_ ATTES,fi (Principal) Secretary Witnes s to rincipal Witnegs as to Surety PRINCIPAL: McClendon Construction Comaanv. Inc. BY: I / // /7 SigKature Name and Title Address: PO Box J(( Burleson. TX 76097 SURE T T': Merchants Bonding Compa ,,5/Sign*e �77 Jennifer J. Clark, Attorney -in -Fact Address: 2100 Fleur Drive Des Moines, IA 50321 Telephone Number: (515) 243-8171 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. Bond No. TXC100007 006114-1 PAYMENT BOND Page 1 of 2 SECTION 00 61 14 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, McClendon Construction Comoanv. Inc., known as "Principal" herein, and Merchants Bondinq Company a corporate surety (sureties), duly authorized to do business In the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of One Million Nine Hundred Eiahtv Thousand Three Hundred Seventv-three and 85/100............................................................ Dollars (S1.980.373.85), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the _ day of , 20 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as 2007 Critical West Berry Streetscape Improvements, City Project No. 00407. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. 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 provisions of said statute. 110 PON 0061 14 - 2 PAYMENT BOND IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED .,1 this inst; dment by dull+ authorized agents and officers on this the day of �,'Ai 2 0 2n,;2 ,20 PRINCIPAL: McClendon Construction Comoanv. Inc 0 _ ATTEST: BY: Signature (rijeialySec�retary \ Name and Title 1 Address PO Box 999 Burleson, TX 76097 Witness as to Principal SURETY: Merchants Bonding Company�//) ,.., ATTES B �J-- jl� Sign tllJ. Clark, Attorney -in -Fact Address: 2100 Fleur Drive _ �w Su ecretary Des Moines, IA 50321_ Wit ess to Sur Telephone Number: (515) 243-8171 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION 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 SECTION 00 6119 MAINTENANCE BOND 0061 19 - 1 MAINTENANCE BOND Page I of 3 Bond No. TXC100007 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we McClendon Construction Cornuanv. Inc., known as "Principal" herein and Merchants Bonding Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of One Million Nine Hundred Eightv Thousand Three Hundred Seventv-three and 85/100.......... Dollars ($1 98 373.85), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded y i , 20 which Contract is hereby the day of P• 0 L.�12 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as 2008 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street, City Project No. 01265; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect- 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shal I be continuous in nature and i 16 successive recoveries may be had hereon for successive breaches. 17 18 .5 ;6 R 0061 19.3 MAimrENANCE BOND Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 MAR 2 0 2012 _, 20 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 ATTEST: Did, (r cipa Secretary PRINCIPAL: McClen//d�instruction Comnanv. Inc. BY: ur D40 /) Name and Title 1 Address: P)O Box 999 Burleson. TX 76097 wito as towil'acip"al SURETY: Merchants Bonding Company Si natu e Je ler J. Clark, Attorney -in -Fact A'1 F Name and Title Address: (Surety ectretary % 2100 Fleur Drive Des Moines, IA 50321 Wit ess as to Surety Telephone Number: (515) 243-8171 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. MERCHANTS BONDING COMPANY IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-262-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1/09) ,MERCHANTS NATIONS BONDING COMPANY BONDING COMPANY POWER OF ATTORNEY Bond No. TXCI00007 .. Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint MR Bryan K. Moore, Pat J. Moore, Gary Wayne Wheatley, Joseph Hal Clayburne, Michael D. Hendrickson, Richard A. Deal, Betty J. Reeh, Jennifer J. Clark of San Antonio and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Nations Bonding Company on August 27, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of November , 2011 . STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By/-C-7 7,z� President On this 1 st day of November , 2011 , before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY: and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. �y MARILYN BOYD F Commission Number 10012 MY Commission Expires November 4, N STATE OF IOWA COUNTY OF POLK ss. _r�` 4,- Notary Public, Polk County, Iowa I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. �A In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on LIAR G 0 2012 this day of o .. 0tA .... H C•'• O��\P P U 'Oy •. Z� -o- 0:0 : �: 2 -o- o: .� • • a' 2003 aa; ; yJ 1933 . : : �. Y. '•;V >` �•.Wc `.•• NBC 0103 (9/11) •• •..... ••...... Secretary ® / _ r 1BTX f6sk Services Safety Management. Human Resources Services • Business Insurance • Personal Insurance Employee Benefits • Surety Bonds . Wealth Management . Executive Planning ******** IMPORTANT NOTICE EFFECTIVE 01/01/2012 ******** The Texas Legislature passed and Governor Perry signed Senate Bill 425 which became effective January 1, 2012. Under the law, agents and insurers may not: • Issue a certificate that has not been filed and approved by TDI • Alter or modify a certificate form approved by TDI unless the alteration or modification is approved by TDI. • Issue a certificate that alters, amends or extends coverage or terms and conditions provided by the insurance policy referenced on the certificate. Following is an outline of the law and subsequent penalties: • This law will require certificate of insurance forms to be filed with and approved by the Texas Department of Insurance before they can be used after the effective date of the law. • In addition, the law explains current Texas Department of Insurance rules that a certificate of insurance must not obscure or misrepresent the coverage provided by the insurance policies. Definition of "Certificate" includes checklists, affirmations and electronic forms. • After January 1, a certificate holder who requires an agent or policyholder to use an unapproved form or insert inappropriate language on a certificate may be sued by the Attorney General for injunctive relief or to recover a civil penalty of up to $1,000 for each such requirement, • An insurance agency could incur significant penalties of up to $1,000 for each violation under those rules and the new law, including the revocation of the agency's insurance license, if a certificate were issued exactly as the certificate holder requested. For this reason, after 01/01/2012 we will issue the standard certificate of insurance form and may not be able to comply with some of the items you request. Certificate holders can mail certificate forms and special wording requests for approval to: P&C Intake Unit Texas Department of Insurance 333 Guadalupe Austin, TX 78701 commercialpc@.tdi.state.tx.us Please contact us with any questions you may have. ry � CI�I�raS Emily Contreras Commercial Lines Manager — SA 210-697-2223 i Robin Moody, CIC Commercial Lines Manager- DFW 214-646-1652 DFW Office: Los Colinas Corporate Center If, 6363 N. State Hwy 161, Suite 100, Irving TX 75038 • Toll Free: (800) 510-5120 -Fox: (214) 596-9030 San Antonio Office: 5726 Hausman Rd., #100, San Antonio, TX 78249 • Toll Free: (800) 880-6689 • Fax: (210) 696-8414 i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This wMontament modlies fnwence provided undw the faOoMp: COMMERCIAL GENERAL LIABILITY COVERAGE FORM N of No lean, pewYlwe, ss katio e, Wed Inntetena ofto owwgp fora apply wasp as sp of loally eNNd IWbaw. Policy "ant or Agency Nusbsr Policy EReeNve Dot. CPP2051702 766324 01/31/2012 INS IPotcy ltgNnlloNC.ncalWloe Dab Dab Account Nundw 01/J1/2o13 01/31/2012 20022770 1Nmrd ft-d Agency Issuing Company MCCLENOON CONSTRUCTION COMPANY, INC. ISTX RISK SERVICES AMFRISURE MUTUAL INS CO. 1. SECTION I - WHO S AN INSURED Is emended to add as an kWaed any pwrn w orgwlmYan whom you me rsquh d W odd as an oddlia Inaaod on this pay under a written contrad w wttm epeemand relating to yow business. The wd(len contract w written egmement mead negttlre additional Issued Means for a IFne pwlod during The twn of this policy and be executed prior to the SodM INW'.'Propemy dom ago', or'pwsonal and a&W is ng injW' plying dw In e damn undw this poky. If, tlo—. your work' cum-nmenoad undw . lasm of intent w work order, wapect b a subsequent neduction to wrltmg MIMrt 30 days from ouch commencement and with mat— Muse wshomwy ow*wte mqume they be named ea additional Insumda, ee will provide additknl hared Maim as specified In Gas erduenrem. gate 2. SECTION I - WHO IS AN INSURED b amended W add the bllaaft; If IRA add0bnal hosed W: a M hdivfdrsl, ark spotty Is also at additional hared. It. A partnership wjufR Yanhim, manws, peritsn, end them pmw me.iso additional rounds. s. A limited geblNy compay, narrbwo and merges are also additional krsedn. d. M wgsdmllon one, Nn a P"awsh4, )oft v a hec a Nnited 4bily company. executive of km and dfedme of ant wgairegar se also additional htweds. Sbd *Wm a s Was addWaW Iarede, bud only MIA r.W d a d ek liability as sl«kholclem a A bra. trustees me also hsarsde, but only with reaped W Oak duties as haelsm. 3. Tho ItstsNanos provided W MW addAksW cussed soda fhb endorsement W 6nllbd as allows a. That proem as wgnizwbn Is only an additional Insetted vMh roped W labilly arising tub of, Real (1) PMMkft ypU own, rat. bees, a amity; a (2) Ycu wokt pensions, urisr M wow 00*sd a witaw ges amt also requiem cm,~ operation coverap (w wasting to aN sane otbcl), In W*h use the cswerop pw'Md OW.dad bou yoaplelaE opsr... M 6W additional hared. PrenMo, e. respeft Nis pwWaa, Od Include ocansost a Public mews obaA wan prwriw I so nequlmd In to within muted a write. apawnerl. CG 70 00 0510 111111111 andtdsa oopydgaed maetdal of kssrtmaa SwNcee OIOcs, ha Page 1 of 2 Policy Number: CPP2051702 Named Insured: McClendon Construction Company, Inc. (2) cases ny tanner asleeeA stlpnewa, oorwowntnt w my o0w eWhed of de rbAlon of Sw w stnlar WWIsla tnll k has beet delwninod Ns.O arch psduaw me he bva deNda Iaa1 mid be a area lbw under M Ina mow. 16. UNINTENTIONAL FAILURE TO DISCLOSE WIZARDS Paragraph 0. Representation is dalabd and replaced Mlh the kilawkv: ' 0. Rspeembliwes By accepting gio poly. yes agee a. The settlements In lint Decimation me.muel.and aaeplea; b. Those sWenlrb me bard upon rapaeeMNkn you mode W a; and a. We hove Weed tb policy h al m s upon ye naprew6s0dnt. as We will not deny covmage undw into coventgo pod Ifyou unintentionally fall to disclosed Maids exhilkt as of go Iroepllorn deb of Oft poky. You mud roped to us ay knosvletlpa of an arm a emission In OW desuptlm o1 any pashas; «penaWn. Intended W be prod by to Couerep Foam as tom w predicable alive its discovery. HOWSM, Oft prow" dm and alled ore flgt b polled additional pemkim a eamdm ova rtht of analaeon or name val. 17. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Po epaph t. Trwaf r of Rights Of R.-.y Against OW- To IF. Is deleted and placed .0 the ease blowhg: 0. NtlW trued has 6"to too- all w pad of my payment as lmve made under We Coverage I=, lho a rVA are beMwrod to w. Thehared nub do wink albr lose loImpair Nenn. Al —quest, gin hared will brhq'adr a kandw gar dgm to ea and help w erktee Nam. Ho—. N go kruad has welmd soon to tecovwr thath a widen onnect a N yaw wait' was maeelced tinder a Nllr of Itasnt «wwk order. subject to a auboegtanl redticam Is Wr" Win ouslo m s whose wWwnty comrade requite a waken. ne wave any rlgM of mown ew may hove trader tie Covertlge Form. Maw 10. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Pi rgao 2D. o(A. CrdalWBa6 of to COMMON POLICY CONDITIONS Is dalMtl and retard wYe h 0-, in b. dI dare heksa tlnt aSwtiva tlels d M untaalsloea N Ives wrtael far ey tam sesaon. lndat SECTION W -COMMERCIAL GENERAL LIABILITY CONQITIONS. Pmsg.gn I. WMn We Do Not RetMw le dcleled end neple0ed With BN Ialloellg: stalk L When We Do Not Rarw a We may elect nt to twosv this policy except OW uder the pmvw-d The Texas keetren is Code, "may W tsMeW maw ads Poky Soloy becomes the polcT4ntldet la an waded affWal. b. New Bled tote renew this poky, as may do as by settling w dekverkt W that OM Named! Muth, at Has t at maleng eadWss It w to m, wTMn notice of tonrenews, Betting the awn for tnorunav al, at Tees SO days before the expka6on aide. If notice Is mailed w dNhlsred leas Ulan W days helms the expfmlon dab, pis poky will tamh In effect Until IRA 81$1 day aar the dais on "+ Mich gin notice I. mailed «dekvered. Eared pmnkm for my Period of cinmipe that extends beyond to ex*vOon date who be aamputed pro tab brad on ON prMous yom's mmWm. a If noNs la maka pmof of noting will be oulkdnt gavel dnotice. d. The fmWer d. pokylolder Mlnon aslclaatl congeries te" M arms Manson group least tttrea.. 1 a waaal W tatty. 19. MOBILE EQUIPMENT REDEFINED ease Under SECTION V - DEFNITION$. paragraph 12. "Mobile equipment', pwagaph L (1) does not apply to aslf- ptopeked vehicles of leas Nee 1,000 pwads goes vehicle weight that me not designed M Mltesry uso bWutles coppioited aalerW of haurmce Se vlwa Olds, IN. Page a of 2 CO 70 031109 Ongoing tprelona rrasgMtllo Pvsfelan, dew Mappyle iMuff'a'papwy d-W cooms! i lee: NI Aarvrkf�dit mswWalrMu weq ipolsnt Fontalsdhmsecgsn will lain naekwtw Prgeu (ONWr Oleneevb.,MWkA na«rW.fe)lob.poim bywnbehaffdaN eddalaW mntursd(s) &I go antm of go covered openwons has bom carrpl.lad; a (b) TMt POIGN d'yow Wwk'son d chide M bduy w I - ml..s has been put W kaknlard. I to by any wt'm« wgrlkslp dhw Worm motlew oanNeclwwmbow6redvr cut- Inpoilm V op"10" far a P*WIPW r a part Of 00 een P )KL It. The NNW of Insunmos spglooble to The mtdMorl Mtaed we tlW local of th w specl0ed In the mMen contract «wdMn agreement «In the Dedwallons of Oft pricy. The 1n b of hstrase cook" W to additional Inered we kwkWw of and not In addition In M Nelb of Iatraroe shoom In the DmdwOmw a The additional kneed stain. pinwided by Nla andw amem, does not entlmnd beyond ant epfelm w twmincli d. prwalee. Mee or Mantel W- ant nee beyond tno 1wm of Oft poky, d. If a w0ten contrail w Malian .Owetne,i so otANled ab- reepi es NW t ldllmual Inwed st.ks be Plw4mbytheteeo(CO20101166,0tenis WasdNWwd rsorAKwNMwshove belor,arc kltwpweted Into this entlObe Bent w to$" Ralf add tonal Inwaed, W The Indent that w h Isom. do M teetdot otawags othentee pavded by Net andoreenenh ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM h This edonswnwN moil kWwo os pvvNod fader the following COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Pawn w OrgeNzWwc BWM Whena Regbw by WHIM. CcMr d or Agnia mmi IMt IRA Want ofCO201011 All apply. (Oro may pp- Saw% Inic-ollwn to tut ed Is complies We aodorwnsnl wB be shown In OW Decimal- r applicable W Oft adcsweeeL) WHO IS AN NtiliRA (Section A) is aeended W Include as an Issued the parson w organization sitcom In Iles Scha le, but only welt tested W gsbRyfrbm0 w. of ye s c k' br anal Weed by w to, yws Cplaagq I— Sssvkw ONce, he, 1984 CO 20 10 11I6 0. The Wwmoe Peened b go SdMMW Iwaed does not apply to -bo* kW, ' icymty slrr . « yenwW cud adse o ft May' waft -Act- erdtlw'., mtkewra w atn syce. "dud of. Wkue to radar wry prahaalwW wrvlwe Inck t bd not tmlded Im (1) TM pWavIn , pp r&4 , a laving b ppers w ppnww a".. tlronkegs, opinions. repo%, Suva^ anteard�si drip^spedOo.YpW;and (2) SipsnA.M, i peaks w magnenkg eervicef. f. SECTION IV -COS NCML OE WtAL LWWfYCOMWK M8, ponpepat 4.OYw leewe.a.le detailed and replaced w0 the fcl.* : Olhsr Inwnnce. Any nverege provded In IN. antlwwnnl Is swap ovaanycdn Mid and collectible hasenis ow ki m IRA Wditiarlal kMwed whodw pdm.ry. www pntYtasL cum tag aflm blab actin IRA 1rN0mt oorW.cl a wrltan a nimawd requkw ae( tie kw"m bo p my, W which sea to f Wuwax wil be pfnaywMWut oontrb m. t. wain ovw kW Wwuoe.14" b aW addNwal kwaad Includes copytbhnd nntleriw of I scone Saivism OQIm. Inc. CO 70 86 06 10 Pogo 2 of 2 Policy Number: CPP2051702 Named Insured: McClendon Construction Company, COMMERCIAL GENERAL LIABILITY CG OB at gt N THIS ENDORSEMENT CHANGED THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modiln Insistence pnr Wed undw to toms g: COMMERCIAL GENERAL LIABILITY COVERAGE PART Lg11OR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY (AVERAGE PART PRODUCTSAC4DMPLETEED OPERATIONS LMBLITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART W go evert d divagation or mel ill ch p 6W rodNsa w nolklab IN fwas uatlsded kV to Qxwpo PILL as Was 1. ant prior wdbn new d taewYm w mswW gawp sr. SCHEDULE 1. Naar. ANY PERSON OR ORGANIZATION FOR WHOM THE MMMED INSIRED HAS LWMVD INTOA y/iti CONTRACTYSSCH PEOM1g VN4r W NOTICE OFCANCEl1ATICNAS PER CERTIFICATESON FI E PATH"COa0AANY 2. Address: 3. Number m drys edvam s not as: 30- (S no Macy appals amw. a Ob loft sgatw 10 telltale tic watlswsiW ni be slam N tr Oodralwsaa ppMihe W Ikla 4r4"m lawlA) 'EXCEPT IN THE EVENT OF CVANCELIATIOII FOR THE NON-PAYMENT OF P1REYpS1 FOR WHICH 10 DAYS NOTICE SHALL BE GIVEN. CG 02 OS 01 N Copplght, Mtrance Senlces Oltles, Inc., 1994 ►cgs I d 1 O Policy Number: CA2051701 Named Insured: McClendon Construction Company, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This adonsammot modillee Insurance provided under the BUSINESS AUTO COYEF AGe FORM Woh resseri to coiaags prastled Ci' alis aMorsenri, h pfellalors d ate Cov&.W Foal a"view MW&W IV If. .P,eYPm,.v.nt. The pre ti br ate atdaauaM IS 1. BROAD FORM INSURED SECTION N - LIABNJTY COVERAGE, A.I. Who b An Iround Is amended by it. addition of the fdlowitg: a. fay orgahe.eonyou newly eopeaIslas. awe ale a pmmmmswp, pewvetase a Blwee Yb.aI cmtpmy. and war W/dch You mWrmI1 own ws* a a nmrlmy IOaeY. war q alyn a Of owed. However. (1) cowrep M*V VA prov a e, is Nbrded orvy calls to sra of toa po" panda, RI Coven W deaf nct o* b'scdbvW- OW Sit ocarrod bSime yat+rWNe'd a formed ate agriaa, and (3) Coverage does not applyb an age*~ Iba is an hand' under any ahee poky a Wald be an lrhmaad but for b lerrlalhaaon or the eaaustlq of is Nmlt d YtararKe. e. A.W-.mp %y dymuea.*g: (1) Acovee.dsems youds notpw.hire abarow.a a ooveredsdoerml awneebythat'empb3e.-a anemberofillsaha ItaBSltak, V & palambp daW ralalsd to On clenduct of tar buskmssa YW Immrrei means; a (21 AR Slaw hied or rased under a contract a agreermmmi In thal'errpbree'S nine. wlh your permission. while performing dabs related to the cand cl of your business. Hkwew, yam -enyayse- does not quality a An insured under Otis Paragraph W whe a using a covered -me' paled it.. you a from any member of it. •ampLTyeeY household. L Yaw members. If you are a IYr I Mttyeonpry, wlie UdV a covered Sulo-you do eat own. hire Or borrow and while performing duties related to the conduct of your business or your personal affairs. p, Any person or organization with whom you agree In a written contract, written agreement or permit, to provide Insurance such as is afforded under this policy, but only with respect to your covered "autos'. This firoNalon doe not apply: (1) wins hies w*W ow*W a so meal issmn/ad a as perm Is hiss ptlo to Me hotly „Hwy o ^MoO.rb Wwao•'7 (2) To any person or organization Included ore an fra d by an endorsement or In the Detlrsgbrw; or (3) T. Soy uelw d'armns' uhl— (A) The lease OW"RW a requlroa you to pradde di ec pr iay Insurance Will* boar. (b) The'muW is Wad wianul a driver: ad W The W>a had era expired W ludes caprigf led material of IrtsurrKe Savlme OINm, Inc., with as Pentaabn. CapyrlghL llseverice Services Ohba inc- 2005 CA 71 18 0108 P.O. 1 of a Policy Number: CA2051701 Named Insured: McClendon Canatruction Company, Inc. (1) War And via,Iwzhy avdWgcai ordeteftal bmlydomn Roam .Oaseadnindoesrol Rdda ova Wattage of an aibag (2) Blowouts. punctures a odor road drnsge be ties. * GLASS REPAIR- WAIVER OF DEDUCTIBLE Section IN - PHYSICAL DAMAGE COVERAGE. D. Deducible Is arwded to add the IolowYg: No dedlKlWb applies b glass damage N the glass is nepMmd naa ova Fepleced. a. COLLJSION COVERAOE- WAIVER OF DEDURIOLE Under Sactlo n M - PHYSICAL DAMAGE COVERAGE. 0. Deducble Is amended to ado the fol—toil: Watt 1Mae is . Is. Her ylar r.ww i'.A,' Im 1 h Comae*. r"xwrrgP, rein 6".*A,.0.pl* N tlw 1— was raised y a rlol.slon eilh anoaha Sib" hared M us, 10. KNOWLEDGE OF ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Lose CaWhia a, 2. OWNS IS. The Everd Of AccWaN, Chains, Salt Or Lemur, paragraph a. is ddebll and replaced by One following: A. Vail must use to it that we ore ruled a a son as prackable of an 9admhr. dells, Sir or lose, Krswkdi e of n'acckhme. claim.'war or loss- by your wersplaimmer' sheill root In Itself. cmgdkm WaMedge to you urtess ors of your partners, wxudn AM ti oo^ m wwgea, a melbas (Ryes+ area llrnnasd L blhy corromh ties krowledg. of the •r idelf, deem. Sulr or loss', Make sholad Mdude: (1) How, when red when she'actdau• orloss• oosned: (2) Tha SNu ere rum. and address: ant (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph S. Transfer Of RI" Of Recovery Against Others To Us Is deleted and replaced by the following: S. T,—fe, OI Right. Of Recovery Ag.tn.l Olh.r. To Ua If any person or organization to or for whom we make payment under this Coverage Fom h has rights b recover damages from another, time rights are transferred to us. That person or orgaryyation most do erylhio, ere sorry to . rights aril mush do nuthiog after, "auiJu a" u, "Idea' to Fry.I Ilan. However, if the "insured" has waived rights to recover Nrough a written contract, or if you work was commenced under a letter of intent or work older, subject to a subsequent reduction in welllp with customers whose customary contacts require a waiver, we waive any right of recoveywe may have viler ties Coverage Form. 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONUTIDNS, B. GawM CWWWM, paragraph 2. CWXAI rtnt Mbr.p.m.riatson or Fnetd b amended by the a031m d ant foati f0w We vA rot deny coverage under his Coverage Form 0 you unintentional fall to disclose al hazrrds erdsi g a d She Inception date of this poky. You must report to us any kroMedgm of an error or mission In yw naesamai ahs a soon as prookable after Is dismay. This provision does not affect our right to collect aWhlonal premium or exercise our right of cancellation or r*rrrww*aL kKidn rnpyrfypaed material of It— Services; OAce, W-, with Its panissfn. Coy fight RlNrarKa Savlcaa omm *1— 2005 ►."4 at CA 71 If 0506 Policy Number: CA1011701 Named Insured: McClendon Conetry Lion Company, Inc. Leased'aulor Covered under Otis provision "M be considered covered •auoe you own and not covered 'autos' you hie. h. Any bgaly, NtmrPoabd arpNtlutlon or ladeddlry in which you amen more titan Sax of the voenq sect on tla 606CM deb of IN. endorsement. Ink M"WWM row led AM* ION lifellylrWW 1>agary, damage• br wmhNn An flared' I..I.o an Insired lalder army otherauMnNle poNty or wand be an Named tender mutt a policy, bum for its eerwtNtWon Or the exhaustion of is imks of Marasom, bless such palsy was wrNlen to ap pi epeclllcalty In Senn of aim policy. 2, COVERAGE EXTENSIONS- SUPPLEMENTARY PAYMENTS Undw SOCUM N - LIABEJTY CaMUGI. AL, a pplunrldryn PsymSaa, paragrayts (2) and (4) am dahmod tied reploecd m talons: (2) Up 10 $2,500 for the cost of bag bords (NK1dk7g bads for related bark law vitatltaa) regaled because of An 'acddaml* we cove, We do not haw It, furnish Nose bards. (4) Al reasarbb expanses kPmmd try ills In nd't tier re*mst kKbgdmg xkW k.. d.arsiga up b $500 a day because all Omer an from wok I AMENDED FELLOW EMPLOYFF FXC.1 US10N Under SECTION I - LYIBI.IfY COVERAGE, L EXCLUSIONS. paragraph S. Fallow Employ.. Is delded rd replaced by as bem4nw -may Ntpry to any M7w •eanpb)ee• d the heed' eking ore of and In the course of the fellow "empioyee'r employment or wee performing disks reeled to the cortAa of your business. However. this exduatort does not #;0y to ywca •enpksyen'that are officers or managers N Oa bodily IntAy results Nom tix d a cawr..d Sind' you over. Her w bo.low. Coverage is, PHa.ea bur e V .bur aoderabl. i,eu a, L HIRES AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. under SECTION R - PHYSICAL DAMAGE COVERAGE, A. COVERAGE the blowinif Is added: N ay dyer awned covered Solar N covered (a PhWakal Damage, we fell INowde physical Damage towage b'aaa' am you or sa• Yraplv/aar' hire or borrow, uderyair rwmm or One •emplmyews' naoa, fa IN ramose of doing varwodt. We will provide ceverag. equal to tlw b oldest plq'sLal damage coveage applicable b any —it •Sao' at b the Delon k n., sem Throe, ScfwdM of Covered Alfas You Own, a on any atdorserefim amensihv Nis schedule, B. Under SECTION IS. - PHYSICAL DAMAGE COVERAGE, AA. Coverage Extrtalos. paragraph b, Loss Of Use ElpmesM is drkMd and roPlated well thx bgovA g: O I— Of caw Eapansea For Haled Aub Physical Damage, we will pay expames for which n lmured' becomes bey responsible b pay for lass of use of a Vehicle rented w hied wWaa a dtkmr, viler a written moral corlNact or ag eanenL We will pay for loss of ties, expenses O caned by. (1) COW can colnsln, arl N ON 06dWatloto OWkM OW Comlprelwalwa Coverage is Presided for Silly covered •ray, (2) SPKWmd Causes, of toil, dry I the DedWWms Ytdcte that SPeclled Causes Of Loss Ccw'erage is provided for any amos ed `aub`, or 13) Cdkk.%Say IOe I1ecleWk—b k.W aW Canner tC]—p is Provided for any covwed 'altlr. Flotaaver, as met vs WE pay for WW tlpra.a W bu Of Ime is$30 pard'ay. to a muYared 32.000. lrrades copyafpHiM O WSW Of in"W" Services Mon. hc, with its pamfsslan. Copyright Instrance Servkea 011 inc., 2005 P."2all e CA 71 is, 01 Oa PIX"NI SER: CA20517DI CONMrnCIALAUTO CA 02 4l 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This ermlon;~ mVlB9n itwuerKm provided under the blowig: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM nmat m IX7Arap ploMded M this aldasrnMi, Eta prwillma Of as Cgwage Pone apply vaen mod - This erhdare.ntenl 0mi gn Oil Prpb'.Racaw n to' deb fills P•ky utMas atllllmr dos b kld.W below. Indnrsanenl Ffileclive: 01/31/2012 red n/teerrsiy�n\jJ R/: Numedlmared:. McClendon Construction Imo.+,f.1Lr �j W—P-) Company, Inc. PN (nun I•ca --- SCHEDULE Numberol Days'NOdee 11 Mane Of Person Or Ofganintion Id! Y PSRSUN ON ONGANIIATIUN rl'rR NN0111'NE NAKED INSOREN tea ntLR.. — A lor-EN CONTMCf Nr.QU IPrIm HP (tTF.N weICE OP CNICELI I^:ION PER CERTIFICA-..d Oil PILE NITN All ". PANY. E 11loWr 10 NAYS NOTICE SIIALL Ill: GIVEN FOR NON-PAYMENT ti Ob pdryb reltcelad a t1Wlalay ldargd b talbee a iaNkt eawapE, we ova mat side. of caloe4Nan or tinges b as peon a.rinireYongWloSd has Sdmdi6 W. veil yvE 0:.-VAN: m i.Nnhef d dWs risks Irdomed b err SP1edp. CA 07 44 06 04 O 150 Pnopenba mc. 2D03 Pape 1 SIT ❑ WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A tEd. 1-00) me TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endweemenl spplb only to the rdsom ce provided by the policy because Texas b shown In hem S.A. of the Information Pags. We have the right to recover our is ynhems from ardf n liable for on lr*xy covered by this policy. We will not enforce our right against the person or organlcetlon named In the Schedule, but this wauvw applies orgy with respect to bodiy IM eridtg out of the operations described In the Schedule where you oe r.Qtdted by e written contract to obtain this wshar from hat. This endorsermnt etWl not operate directly or indirectly to benefit a yore not named In the Schedule. The premium for this endorsement Is shown bi the Schedule. Schedule w 1. ( ISpeciflc Waiver None of parson or organization (X)Blenluet Waiver Any person or orasMrston for whom the Homed Insured has agreed by written contract to fum4h thus waiver. 2. Operadom: 3. Premium The premium ohsrge for this andorsement s an b, 0.020 percent of the premium developed on payroG In canacton with work performed for the above persohhlsl or orgenbati r9sl owing out of the otaetone desugad. 4. Advance Pramken Be This eMwMnhem changes the policy to which It is a smoned add is ofi d" on the dos issued unless mtherwiso meted. (The infomatin Mew IS equine oaiy when this wmimnsi ent w Wood o4orn aam to—weraton a the .allay) Endwswawd EIIacWa O1/11/12 Poaq No. MC2051704 EndMawnent No. Inadmd McClendon Construction Company, Inc. Prmrimn4 b1MYwaa Company Ameriaure Mutual Insurance fuunteralphed by m am IN r M eo w W m WORKERS COMPENSATION AND EMPLOYERS LIABLITY INSURANCE POLICY WC 420001 IEd. 7.84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This .ndorsema it applies only to the imnatrae provided by the poesy because Tampa Is shown In from &A. of the tnfor atkn Page. In the event of caroNetion or other material thwtge of the or". wa will mall sdvence nmke to the Perem or aganirmlon nomad In the Schedule. The number of days advance notice Is Mown In the Schedule. This endorsement .hell not operate directly or indirectly to bero/N rryone not named in the Schedule. Schedule 1. Nunhef of day. of— notice: 30 "EXCEPT IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM FOR WHICH 10 DAYS SHALL BE GIVEN. 2. Notice will be melted to: ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELLATION This ondeeseem champs the poky a wltwh M w attaolhed and is sMemM W the data Issued unless otMrwwa mated. Rhe Information blow Is repdred a i, When this arson stmom Is waded subsequent a pre 0am of the polk y.) Endorsement Effective 02/31/12 Poky No. MC3051704 Endommosm No. Insured! McClendon Conatruction Company, Inc. Prenim / Inahawae Companry Ameriaure Mutual Insurance Cotmlanpud by WC 42 00 01 (Ed. 7-84) r.. ,. w.. off P" so STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised: November 03, 2011 i STANDARD GENERAL CONDITIONS OF THE i CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology..........................................................................................................1 i 1.01 Defined Terms..............................................................................................................................1 1.02 Terminology..................................................................................................................................6 .. Article 2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 �. 2.03 Starting the Work.................................................................................................. .................. 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 8 i 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 ..................................... 11 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..........................................................................................12 pw 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 om 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5 — Bonds and Insurance.....................................................................................................................16 i 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................17 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................ 20 6.01 Supervision and Superintendence ............................................................................................... 20 i CrrY OF FORT WORTH STANDARD CONSTRUCnON SPECff7CAT10N DOCUMENTS Revised: November 03, 2011 w 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment...........................................................................................21 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitutes and "Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates................................................................................................................................. 25 6.08 Patent Fees and Royalties........................................................................................................... 27 6.09 Permits and Utilities.................................................................................................................... 27 6.10 Laws and Regulations.................................................................................................................28 6.11 Taxes........................................................................................................................................... 28 6.12 Use of Site and Other Areas....................................................................................................... 29 6.13 Record Documents...................................................................................................................... 30 6.14 Safety and Protection.................................................................................................................. 30 6.15 Safety Representative.................................................................................................................. 31 6.16 Hazard Communication Programs............................................................................................. 31 6.17 Emergencies and/or Rectification............................................................................................... 31 6.18 Submittals....................................................................................................... ....................... 31 6.19 Continuing the Work.................................................................................................................. 33 6.20 Contractor's General Warranty and Guarantee.......................................................................... 33 6.21 Indemnification......................................................................................................................... 34 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit............................................................................................................................. 35 6.24 Nondiscrimination...................................................................................................................... 35 Article7 - Other Work at the Site................................................................................................................... 36 7.01 Related Work at Site................................................................................................................... 36 7.02 Coordination............................................................................................................................... 36 Article 8 - City's Responsibilities................................................................................................................... 37 8.01 Communications to Contractor.................................................................................................. 37 8.02 Furnish Data................................................................................................................................ 37 8.03 Pay When Due............................................................................................................................ 37 8.04 Lands and Easements; Reports and Tests................................................................................... 37 8.05 Change Orders............................................................................................................................ 37 8.06 Inspections, Tests, and Approvals.............................................................................................. 37 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition.................................................................... 37 8.09 Compliance with Safety Program............................................................................................... 38 Article 9 - City's Observation Status During Construction........................................................................... 38 9.01 City's Project Representative..................................................................................................... 38 9.02 Visits to Site................................................................................................................................ 38 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed.......................................................................................... 39 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 39 CnrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 03, 2011 Pdw MW i r 7 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 39 -' 10.01 Authorized Changes in the Work............................................................................................... 39 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work.................................................................................................................................. 40 10.05 Notification to Surety.................................................................................................................. 40 10.06 Contract Claims Process............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances..................................................................................................................................44 11.03 Unit Price Work.......................................................................................................................... 45 11.04 Plans Quantity Measurement...................................................................................................... 46 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 48 12.03 Delays..........................................................................................................................................48 .. Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ....................... 48 13.01 Notice of Defects........................................................................................................................ 48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections.................................................................................................................. 49 13.04 Uncovering Work....................................................................................................................... 50 13.05 City May Stop the Work............................................................................................................. 50 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 51 13.08 Acceptance of Defective Work................................................................................................... 52 13.09 City May Correct Defective Work............................................................................................. 52 Article 14 - Payments to Contractor and Completion.................................................................................... 53 14.01 Schedule of Values..................................................................................................................... 53 14.02 Progress Payments...................................................................................................................... 53 14.03 Contractor's Warranty of Title................................................................................................... 55 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................56 14.06 Final Acceptance ......................................................................................................................... 56 14.07 Final Payment............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release......................................................... 57 14.09 Waiver of Claims........................................................................................................................ 58 Article 15 - Suspension of Work and Termination........................................................................................ 58 15.01 City May Suspend Work............................................................................................................ 58 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 CnY OF FORT WORTH STANDARD CONSTRUCrION SPECIFICATION DOCUMENT'S Revised: November 03, 2011 i OM Article16 — Dispute Resolution...................................................................................................................... 62 16.01 Methods and Procedures............................................................................................................. 62 Article17 — Miscellaneous.............................................................................................................................. 63 17.01 Giving Notice.............................................................................................................................. 63 17.02 Computation of Times................................................................................................................ 63 17.03 Cumulative Remedies................................................................................................................. 63 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings............................................................................:.........................................................63 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 03, 2011 PM i i i i i i i 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 62 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, convect, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. S. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts 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. COY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September S, 2011 00 72 00 - 2 GENERAL CONDITIONS Page 2 of 62 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 adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City-- The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney - The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, - Texas. 16. City Manager - The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim --A demand or assertion by City or Contractor seeking an 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 Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 3 GENERAL CONDITIONS Page 3 of 62 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 4 GENERAL CONDITIONS Page 4 of 62 — 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements —Sections of Division 1 of the Contract Documents. — 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or r circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. - 42. Liens --Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone -A principal event 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 commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-5 GENERAL CONDITIONS Page 5 of 62 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Representative —The authorized representative of the City who will be assigned to the Site. 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 2011 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 other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 61. 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 specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-6 GENERAL CONDITIONS Page 6 of 62 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. - 66. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to famish materials or equipment to - be incorporated in the Work by Contractor or Subcontractor. 67. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, - manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, - wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 68. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. - 69. Weekend Working Hours - Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 70. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 71. Working Day - A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions �- not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 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 CITY OF FORT WORTH STANDARD CONsTRucnON SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-7 GENERAL CONDITIONS Page 7 of 62 the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-8 GENERAL CONDITIONS Page 8 of 62 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. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. _ 2.06 Public Meeting Before any Work at the Site is started, Contractor shall attend the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary, what is required by one is as binding as if required " by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised: September 8, 2011 007200-9 GENERAL CONDITIONS Page 9 of 62 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 referencing is complete. 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 association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract 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. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 10 GENERAL CONDITIONS Page 10 of 62 any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph _ 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall -� govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govem over those shown in the proposal. — 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 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 thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 M 007200-11 GENERAL CONDITIONS Page 11 of 62 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) and the Specifications from the City's Buzzsaw site. _ 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 risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media 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; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. ... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN IS Revised: September 8, 2011 00 72 00 - 12 GENERAL CONDITIONS Page 12 of 62 _ 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 Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or T contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface _ structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data 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, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. - 4.03 Differing Subsurface or Physical 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 Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-13 GENERAL CONDITIONS Page 13 of 62 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time 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 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 -14 GENERAL CONDITIONS Page 14 of 62 B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before filrther disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. - City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the 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 Hazardous 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. UTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 15 GENERAL CONDITIONS Page 15 of 62 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, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified _ in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. M D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work maybe resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order 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 indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 16 GENERAL CONDITIONS Page 16 of 62 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 INSURANCE 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 insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. fi Such surety and insurance companies shall also meet such additional requirements and qualifications as maybe provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government — Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attomey-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event _ giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. CITY OF FORT WORTH STANDARD CONSTRUCrION SPECIFICATION DOCUMENTS Revised: September S, 2011 00 72 00 - 17 GENERAL CONDITIONS Page 17 of 62 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. CITY OF FORT WORTH STANDARD CONSTRUC ]ION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 18 GENERAL CONDITIONS Page 18 of 62 y 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance - coverage shall be approved by the City in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for _ Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-19 GENERAL CONDITIONS Page 19 of 62 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 20 GENERAL CONDITIONS Page 20 of 62 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 RESPONSIBILITIES 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 perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The — Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or - electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. C" OF FORT WORTH STANDARD CONSTRUCnON SPECIHCATION DOCUMENTS Revised: September 8, 2011 007200-21 GENERAL CONDITIONS Page 21 of 62 6.03 Services, Materials, and Equipment - A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment _ and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, 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 accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the 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. 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. 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 0132 16. r 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised: September 8, 2011 00 n 00 - 22 GENERAL CONDITIONS Page 22 of 62 "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. 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 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to - determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; MY OF FORT WORTH STANDARD CONSTRUC ON SPECIFICATION DOCUMENT'S Revised: September 8, 2011 00 r2 00 - 23 GENERAL CONDITIONS Page 23 of 62 b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty, and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly - called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and - CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECI cmioN DOCUMENTS Revised: September 8, 2011 00 72 00 - 24 GENERAL CONDITIONS Page 24 of 62 �- against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. — E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. City 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 employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to finnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Owned Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September S, 2011 00 72 00 - 25 GENERAL CONDITIONS Page 25 of 62 Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract 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 or entities performing or furnishing any of the Work shall communicate with City through Contractor. 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 specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each Cr[Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 26 GENERAL CONDITIONS Page 26 of 62 calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be 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 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 r Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 27 GENERAL CONDITIONS Page 27 of 62 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 Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent _ rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 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. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. 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 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 C" OF FORT WORTH STANDARD CONSTRUC11ON SPECMCAT10N DOCUMENTS Revised: September 8, 2011 00 72 00 - 28 GENERAL CONDITIONS Page 28 of 62 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 shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not - limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. T 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 - 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 29 GENERAL CONDITIONS Page 29 of 62 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. _ 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 30 GENERAL CONDITIONS Page 30 of 62 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, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon — completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-31 GENERAL CONDITIONS Page 31 of 62 E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 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 threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to T take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-32 GENERAL CONDITIONS Page 32 of 62 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the _ services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 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 Documents unless otherwise required by City. - 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of — Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 0133 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. CRY OF FORT WORTH STANDARD CONSTRUCTION sPEcincAT1oN DocumENTs Revised: September 8, 2011 007200-33 GENERAL CONDITIONS Page 33 of 62 City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by ` City, 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. CrrY OF FORT WORTH STANDARD CONSTRUC ]ION SPECIFICATION DOCUMENTS Revised: September S, 2011 007200-34 GENERAL CONDITIONS Page 34 of 62 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 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, T materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when — submitted to City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-35 GENERAL CONDITIONS Page 35 of 62 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all 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. B. Title R 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 36 GENERAL CONDITIONS Page 36 of 62 ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City - contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 37 GENERAL CONDITIONS Page 37 of 62 ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and 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 making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. r, CrrY OF FORT WORTH STANDARD CONSTRUC ]ION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-38 GENERAL CONDITIONS Page 38 of 62 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information _ obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to _ check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing 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 Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS Revised: September 8, 2011 00 72 00 - 39 GENERAL CONDITIONS Page 39 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. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with 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: - 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.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 (Ili) agreed to by the parties; — CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 40 GENERAL CONDITIONS Page 40 of 62 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, 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 Required: All Contract Claims, except those waived pursuant to Paragraph — 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 41 GENERAL CONDITIONS Page 41 of 62 allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE I I — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, 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 - 42 GENERAL CONDITIONS Page 42 of 62 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall - include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized - by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs �- of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof All - such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 43 GENERAL CONDITIONS Page 43 of 62 b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. _ e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The coast 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: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised_ September 8, 2011 00 72 00 - 44 GENERAL CONDITIONS Page 44 of 62 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs 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 Work is performed on the basis of cost-plus, Contractor's fee - shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. - D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.OLA 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, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to 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. - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-45 GENERAL CONDITIONS Page 45 of 62 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. 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 significantly change the character of work, the t Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. MY OF FORT WORTH STANDARD CONSTRUCTION SPECOICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 46 GENERAL CONDITIONS Page 46 of 62 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%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement 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 correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in 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 C(TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 47 GENERAL CONDITIONS Page 47 of 62 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 f and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.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 the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0I.A.1, 11.0I .A.2. and 11.0I.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 11.01.A.4 and 11.0l .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 12.0l.C.2.a and 12.0l.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 11.0l.A.1 and 11.0l.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 11.0l.A.6, and 11.0l .B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 n 00 - 48 GENERAL CONDITIONS Page 48 of 62 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. 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 claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by - Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays - within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, 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 y have access to the Site and the Work at reasonable times for their observation, inspection, and CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-49 GENERAL CONDITIONS Page 49 of 62 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. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; Y 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by 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. CnYY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-50 GENERAL CONDITIONS Page 50 of 62 G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective 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 R 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September S, 2011 007200-51 GENERAL CONDITIONS Page 51 of 62 or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such r additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 52 GENERAL CONDITIONS Page 52 of 62 E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a -- waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value ` of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice 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 deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 Am 00 72 00 - 53 GENERAL CONDITIONS Page 53 of 62 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 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second 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 of Applications: 1. 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 n 00 - s4 GENERAL CONDITIONS Page 54 of 62 , 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for - Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). w 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently — discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 55 GENERAL CONDITIONS Page 55 of 62 C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). f 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 specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. 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 Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title, to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised: September 8, 2011 007200-56 GENERAL CONDITIONS Page 56 of 62 by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. 14.07 Final Payment A. Application for Payment: 1. 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECMCAT10N DOCUMENTS Revised: September 8, 2011 00 72 00 - 57 GENERAL CONDITIONS Page 57 of 62 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 filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If 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 Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September S, 2011 007200-58 GENERAL CONDITIONS Page 58 of 62 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the- Work or any portion thereof by written - notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will 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 to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: v Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's MWBE ordinance established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; r CrIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised: September 8, 2011 00 72 00 - 59 GENERAL CONDITIONS Page 59 of 62 3. Contractor's repeated disregard of the authority of City, or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City, or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days 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 Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its obligations, .. then City, without process or action at law, may take over any portion of the Work and complete it as described below. _ a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change "N CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 60 GENERAL CONDITIONS Page 60 of 62 Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor 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. 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 15.02.13, 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. n B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-61 GENERAL CONDITIONS Page 61 of 62 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be _ necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may. direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, R the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. _ E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): CfrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 62 GENERAL CONDITIONS Page 62 of 62 _. 1, completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and — furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the — termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid 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 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of n competent jurisdiction. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 63 GENERAL CONDITIONS Page 63 of 62 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 certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. ` 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. �« CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 T po dft i 0j 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. 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. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over standard details. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION 1 Quik-Way Retail Associates II, Ltd. January 2012 2 Texas Christian University January2012 3 Tulsa Boy, L.L.C. January 2012 4 RJS Marine, Inc. January 2012 5 KGS, L.P. January 2012 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 2, 2011 West Berry Streetscape Improvements City Project No. 00407 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 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 SC4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of November 2, 2011. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT AT&T Communication Clear Oncor Underground Electric January 2012 Atmos Gas January 2012 Charter Cable January 2012 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Study Report No. 102948, dated September 2, 2009, prepared by Kleinfelder a sub - consultant of Transystems, a consultant of the City, providing additional information on Geotechnical and Pavement design. 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: Plate 4 through 10 of the Geotechnical Study Report No. 102948. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None. SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None. (3) Other: None. SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised November 2, 2011 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 53 54 55 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 $100,000 each accident/occurrence $100,000 Disease - each employee $500, 000 Disease -policy limit SC-5.04B., "Contractor's Insurance" 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 occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the 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 require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks, None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised November 2, 2011 00 73 00 - 4 SUPPLEMENTARY CONDITIONS 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 53 54 55 Page 4 of 5 Required for this Contract x Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Appendixes GC 6.07. 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: - City of Fort Worth Street Use Permit. - Electrical - SWPPP (TPDES) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 2, 2011 West Berry Streetscape Improvements City Project No. 00407 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 SC-6.09B. "City obtained permits and licenses" 2 The following are known permits and/or licenses required by the Contract to be acquired by the City: None. 3 4 SC-6.09C. "Outstanding permits and licenses" 5 6 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of November 7 2, 2011. 8 9 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 10 11 12 SC-7.02., "Coordination" 13 14 The individuals or entities listed below have contracts with the City for the performance of other work at 15 the Site: RM sm OM 4M 0% AM r 16 Vendor 17 18 Scope of Work Coordination Authority 19 SC-8.01, "Communications to Contractor" 20 21 22 1. Sample Concrete Pours and Concrete Pavers — The constructor shall provide sample mock-up pours of 23 all colored and stamped concrete for approval prior to any placement of material. Representatives 24 from the City, Texas Christian University and Berry Street Initiative will approve samples. 25 2. University Traffic Signal — The contractor shall coordinate with the City of Fort Worth Traffic 26 Services on the relocating and timing of the existing signal equipment. 27 28 29 SC-9.01., "City's Project Representative" 30 31 The following firm is a consultant to the City responsible for construction management of this Project: 32 N/A. 33 34 SC-13.03C., "Tests and Inspections" 35 36 None. 37 38 SC-16.01C.1, "Methods and Procedures" 39 40 None. 41 42 43 44 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 2, 2011 West Berry Streetscape Improvements City Project No. 00407 oft 1 2 SECTION 01 1100 SUMMARY OF WORK 011100-1 SUMMARY OF WORK Page I of 3 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents _ 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to" 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment _ 14 1. 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 REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. i CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 oft Revised July I, 2011 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work associated with easements, including removal, 40 temporary closures and replacement, shall be subsidiary to the various items bid 41 in the project proposal, unless a bid item is specifically provided in the 42 proposal. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 r.. Revised July 1, 2011 012500-1 SUBSTITUTION PROCEDURES AM Page I of 4 I SECTION 0125 00 i 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or Jim 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or 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 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 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 specified 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm _ Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved _ Rejected City Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 1.1 SUMMARY r 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction 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 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 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] .. 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 ^, Revised July 1, 2011 013120-1 PROJECT MEETINGS Pagel of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification - 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 ,. Revised July 1.2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as - II needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 IRevision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE — 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule i 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 1.2 PRICE AND PAYMENT 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 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects MR 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long +� 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Ns Revised July 1, 2011 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE 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 Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 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 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE r7 Page 3 of 5 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) Furnish justification and supporting 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 writing 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 Progress 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 for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 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 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 71 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 West Berry Streetscape Improvements City Project No. 00407 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE ,! 4 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 013300-1 SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort 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 Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT 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 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 %Z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 I- i 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 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 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 f 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. 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 performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 pa Am 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 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,20I1 West Berry Streetscape Improvements City Project No. 00407 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 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 calendar days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Working Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 01 33 00 - 7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 calendar days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 013300-8 SUBMITTALS Page 8 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 imp West Berry Streetscape Improvements City Project No. 00407 L an 1 2 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 0135 13 -1 SPECIAL PROJECT PROCEDURES Page I of 8 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation y` 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. Coordination with North Central Texas Council of Governments Clean 19 Construction Specification 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. 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 Contract 24 2. Division 1 — General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES -- 27 A. Measurement and Payment 28 1. Coordination within Railroad permit areas 29 a. Measurement —• 30 1) Measurement for this Item will be by lump sum. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item �.. 33 will be paid for at the lump sum price bid for Railroad Coordination. 34 c. The price bid shall include: 35 1) Mobilization d" 36 2) Inspection 37 3) Safety training 38 4) Additional Insurance 39 5) Insurance Certificates Ab CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 +� Revised [Insert Revision Date] 01 35 13 -2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site . 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 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 REQUIREMENTS 27 A. Coordination with the Texas Department of Transportation 28 1. When work in the right-of-way which is under the jurisdiction of the Texas 29 Department of Transportation (TxDOT): 30 a. Notify the Texas Department of Transportation prior to commencing any work 31 therein in accordance with the provisions of the permit 32 b. All work performed in the TxDOT right-of-way shall be performed in 33 compliance with and subject to approval from the Texas Department of 34 Transportation 35 B. Work near High Voltage Lines 36 1. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 2. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage -type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 3. Work within 6 feet of high voltage electric lines 45 a. Notification shall be given to: CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised [Insert Revision Date] 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 01 35 13 -3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 F. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] West Berry Streetscape Improvements City Project No, 00407 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 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. G. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. H. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] West Berry Streetscape hnprovements City Project No. 00407 L�J A" min dft y.n 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 3) Date of the interruption of service 2 4) Period the interruption will take place 3 5) Name of the contractor's foreman and phone number 4 6) Name of the City's inspector and phone number 5 c. A sample of the temporary water service interruption notification is attached as 6 Exhibit B. 7 d. Deliver a copy of the temporary interruption notification to the City inspector 8 for review prior to being distributed. 9 e. No interruption of water service can occur until the flyer has been delivered to 10 all affected residents and businesses. 11 f. Electronic versions of the sample flyers can be obtained from the Project 12 Construction Inspector. 13 I. Coordination with United States Army Corps of Engineers (USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required, meet all requirements set forth in each designated 16 permit. 17 J. Coordination within Railroad Permit Areas 18 1. At locations in the project where construction activities occur in areas where 19 railroad permits are required, meet all requirements set forth in each designated 20 railroad permit. This includes, but is not limited to, provisions for: 21 a. Flagmen 22 b. Inspectors 23 c. Safety training 24 d. Additional insurance 25 e. Insurance certificates 26 f. Other employees required to protect the right-of-way and property of the 27 Railroad Company from damage arising out of and/or from the construction of 28 the project. Proper utility clearance procedures shall be used in accordance 29 with the permit guidelines. 30 2. Obtain any supplemental information needed to comply with the railroad's 31 requirements. 32 3. Railroad Flagmen 33 a. Submit receipts to City for verification of working days that railroad flagmen 34 were personnel were present on Site. 35 K. Dust Control 36 1. Use acceptable measures to control dust at the Site. 37 a. If water is used to control dust, capture and properly dispose of waste water. 38 b. If wet saw cutting is performed, capture and properly dispose of slurry. 39 L. Employee Parking 40 1. 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 43 1. Comply with equipment, operational, reporting and enforcement requirements set 44 forth in NCTCOG's Clean Construction Specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] West Berry Streetscape Improvements City Project No. 00407 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE July 2011 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] w w i #F West Berry Streetscape Improvements City Project No. 00407 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 01 35 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] West Berry Streetscape Improvements City Project No. 00407 i 1 2 3 4 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B DMe: DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: +� MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) i OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) i THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR i< CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised [Insert Revision Date] .r PM a r OM i FM min i 0. w Am 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services 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 Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 AM 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 -M i .. .• P, i 4-4 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily 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 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 I — General Requirements 18 1.2 PRICE 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 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1.2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i i r__J i OM 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log F DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 '" 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL �a Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification 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 Contract 14 2. Division 1 — General Requirements 15 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 Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH West Berry Streetscape lmprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review 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 for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 I OA 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 ..r i IMP i i 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 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 36 37 i A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 West Berry Streetscape Improvements City Project No. 00407 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 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 10 TXR 150000 11 a) Sign and 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) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 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, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required 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 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] i 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] i 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] i 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION +R 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 i CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 w Revised July 1, 2011 MR i 6" i i on 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 i 19 20 21 22 23 i 24 25 26 27 28 29 30 31 i 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 r 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of Y4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [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 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 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 END OF SECTION 31 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i ow If it it i I DATE 2 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log NAME SUMMARY OF CHANGE CITY OF FORT WORTH West Bury Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i w .. MP 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Page I of 2 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 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is attached to this Section. 16 B. Only products specifically included on City's Standard Product List in these Contract 17 Documents shall be allowed for use on the Project. 18 1. Any subsequently approved products will only be allowed for use upon specific 19 approval by the City. 20 C. Any specific product requirements in the Contract Documents supersede similar 21 products included on the City's Standard Product List. 22 1. The City reserves the right to not allow products to be used for certain projects even 23 though the product is listed on the City's Standard Product List. 24 D. Although a specific product is included on City's Standard Product List, not all 25 products from that manufacturer are approved for use, including but not limited to, that 26 manufacturer's standard product. 27 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 28 Standard Product List. 29 1.5 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 M i Mw 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 1.1 SUMMARY A. Section Includes: l . Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer'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 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. 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 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. - 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 30 END OF SECTION CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 ,�, Revised July 1, 2011 1 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 West Berry Streetscape Improvements City Project No. 00407 Im SECTION 01 71 23 CONSTRUCTION STAKING 3 PART1- GENERAL 4 1.1 SUMMARY 017123-1 CONSTRUCTION STAKING Page I of 3 5 A. Section includes: 6 1. Requirements for construction staking. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. 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 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 01 33 00. 36 1. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i 01 71 23 - 2 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Certificates 3 1. Provide certificate certifying that elevations and locations of improvements are in 4 conformance or non-conformance with requirements of the Contract Documents. 5 a. Certificate must be sealed by a registered professional land surveyor in the 6 State of Texas. 7 B. Field Quality Control Submittals 8 1. Documentation verifying accuracy of field engineering work 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the specified requirements 14 and the methods needed for proper performance of the Work. 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered. 25 3.4 APPLICATION [NOT USED] 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 OM i i 4M w i i 017123-3 CONSTRUCTION STAKING Page 3 of 3 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION �• 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 Ms ow CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 i Mb 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 017423-1 CLEANING Page 1 of SECTION 0174 23 CLEANING 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] — 3 PART 2- PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] - 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 '� w, 01 74 23 - 3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 01 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 0. 4M AN i i i OM 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 P 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 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 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 7423. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH West Berry StreeWape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 I SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) MW 1 I c. Butterfly Valves 12 B. Deviations from this City of Fort 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 Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT 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 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 01 33 00 Submittal Procedures. All 28 submittals shall be approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. W 32 2. Format 33 a. Size: 8 % inches x 11 inches 34 b. Paper ` 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 ,� Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 r.. 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i I Am 2 i am ON i oft i .. i MR 4M 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0178 39 PROJECT RECORD DOCUMENTS 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort 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 Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT 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 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 Mop i 1 2 3 4 5 6 7 8 i ,i 4W 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 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 02 41 13 SELECTIVE SITE DEMOLITION 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 5 5 A. Section Includes 6 1. Removing sidewalks and steps. 7 2. Removing ADA ramps and landings. 8 3. Removing driveways. 9 4. Removing fences. 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall). 12 7. Removing mailboxes. 13 8. Removing rip rap. 14 9. Removing miscellaneous concrete structures including porches and foundations. 15 10. Disposal of removed materials. 16 B. Standard Details 17 1. Paving Removal and Selective Site Demolition — Removal Pay Limits 18 C. Deviations from City of Fort Worth Standards 19 1. None 20 D. Related Specification Sections include but are not necessarily limited to 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 22 Contract. 23 2. Division 1 - General Requirements. 24 3. Section 3123 23 - Fill. 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Measurement: 28 a. Remove Sidewalk: measure by square foot. 29 b. Remove Steps: measure by the square foot as seen in the plan view only. 30 c. Remove ADA Ramp: measure by each. 31 d. Remove Driveway: measure by the square foot by type. 32 e. Remove Fence: measure by the linear foot. 33 f. Remove Guardrail: measure by the linear foot along the face of the rail in place 34 including metal beam guard fence transitions and single guard rail terminal 35 sections from the center of end posts. 36 g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 37 h. Remove Mailbox: measure by each. 38 i. Remove Rip Rap: measure by the square foot. 39 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 40 2. Payment: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 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 0241 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp landing removal. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. e. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. f. Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. 30 1.3 REFERENCES 31 A. Definitions 32 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 33 pavers. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 0241 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Fill Material: See Section 31 23 23. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 REMOVAL 21 A. Remove Sidewalk 22 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 24 B. Remove Steps 25 1. Remove step to nearest existing dummy, expansion or construction joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 27 C. Remove ADA Ramp 28 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 29 See 3.4.K. 30 2. Remove ramp to nearest existing dummy, expansion or construction joint on 31 existing sidewalk. 32 D. Remove Driveway 33 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 34 3.4.K. 35 2. Remove drive to nearest existing dummy, expansion or construction joint. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 0241 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 2 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 3 joint on existing sidewalk. 4 E. Remove Fence 5 1. Remove all fence components above and below ground and backfill with acceptable 6 fill material. 7 2. Use caution in removing and salvaging fence materials. 8 3. Salvaged materials may be used to reconstruct fence as approved by City or as 9 shown on plans. 10 4. CONTRACTOR responsible for keeping animals (livestock, pets, etc.) within the 11 fenced areas during construction operation and while removing fences. 12 F. Remove Guardrail 13 1. Remove rail elements in original lengths. 14 2. Remove fittings from the posts and the metal rail and then pull the posts. 15 3. Do not mar or damage salvageable materials during removal. 16 4. Completely remove posts and any concrete surrounding the posts. 17 5. Furnish backfill material and backfill the hole with material equal in composition 18 and density to the surrounding soil unless otherwise directed. 19 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 20 foot below the new subgrade elevation and leave in place along with the dead man. 21 G. Remove Retaining Wall (less than 4 feet tall) 22 1. Remove wall to nearest existing joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 24 3. Removal includes all components of the retaining wall including footings. 25 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 26 H. Remove Mailbox 27 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 28 reconstruction. 29 I. Remove Rip Rap 30 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 32 J. Remove Miscellaneous Concrete Structure 33 1. Remove portions of miscellaneous concrete structures including foundations and 34 slabs that do not interfere with proposed construction to 2 feet below the finished 35 ground line. 36 2. Cut reinforcement close to the portion of the concrete to remain in place. 37 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 38 water. 39 K. Sawcut 40 1. Sawing Equipment 41 a. Power -driven CrfY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 0241 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 area 4 2. Sawcut perpendicular to the surface completely through existing pavement. 5 3.5 REPAIR [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 0241 14-1 UTILITY REMOVALJABANDONMENT Page 1 of 15 1 OSECTION 02 41 14 2 UTILITY REMOVAL/ABANDONMENT 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves I 1 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 29 2. Division 1 — General Requirements 30 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 31 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 32 5. Section 33 05 24 — Installation of Carrier Pipe 33 6. Section 33 11 11 —Ductile Iron Fittings 34 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped Pipe, Steel Cylinder Type 35 8. Section 33 11 14 — Buried Steel Pipe and Fittings 36 9. Section 33 12 25 — Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Utility Lines 39 1. Abandonment of Utility Line by Grouting 40 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 024114-2 UTILITY REMOVAUABANDONMENT Page 2 of 15 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 performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backf ill 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 disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i i i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 024114-3 UTILITY REMOVAUABANDONMENT Page 3 of 15 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 4 UTILITY REMOVALIABANDONMENT Page 4 of 15 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 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 performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry SVeetscape Improvements City Project No. 00407 1 2 3 4 5 �. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 5 UTILITY REMOVAUABANDONMENT Page 5 of 15 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 6 UTILITY REMOVALIABANDONMENT Page 6 of 15 c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 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 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 "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 024114-7 UTILITY REMOVAUABANDONMENT Page 7 of 15 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 for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 8 UTILrrY REMOVALABANDONMENT Page 8 of 15 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 MR 1 2 3 4 5 -- 6 7 r� AM i M i M 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 024114-9 UTILITY REMOVAUABANDONMENT Page 9 of 15 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each 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 Headwall/SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape I nprovements City Project No. 00407 0241 14 - 10 UTILITY REMOVALABANDONMENT Page 10 of 15 1 c. The price bid shall include: 2 1) Removal and disposal of Headwall/SET 3 2) Pavement removal 4 3) Excavation 5 4) Hauling 6 5) Disposal of excess materials 7 6) Furnishing, placement and compaction of backfill 8 7) Clean-up 9 8. Trench Drain Removal 10 a. Measurement 11 1) Measurement for this Item shall be per linear foot of storm sewer trench 12 drain to be removed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" shall be paid for at the 16 unit price bid per linear foot of "Remove Trench Drain' for: 17 a) Various sizes 18 c. The price bid shall include: 19 1) Removal and disposal of storm sewer line 20 2) Pavement removal 21 3) Excavation 22 4) Hauling 23 5) Disposal of excess materials 24 6) Furnishing, placement and compaction of backfill 25 7) Clean-up 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Contact Inspector and the Water Department Field Operation Storage Yard for 30 coordination of salvage material return. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 A. Storage and Handling Requirements 38 1. Protect and salvage all materials such that no damage occurs during delivery to the 39 City. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 0241 ►4-11 UTILITY REMOVAUABANDONMENT Page 11 of 15 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED 10R] OWNER -SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [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. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 0241 I4 - 12 UTILITY REMOVAUABANDONMENT Page 12 of 15 a. Excavate and backfill in accordance with Section 33 05 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 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 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 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials 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 meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 0241 14 - 13 UTILITY REMOVALIABANDONMENT Page 13 of 15 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 05 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 05 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 05 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 backfill in accordance with Section 33 05 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 05 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 05 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 05 10. 35 b. Remove and salvage manhole lid. 36 c. Deliver salvaged material to the Water Department Field Operation Storage. 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 backfill in accordance with Section 33 05 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 C. Storm Sewer Lines and Appurtenances 46 1. Storm Sewer Abandonment Plug 47 a. Excavate and backfill in accordance with Section 33 05 10. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 0241 14- 14 UTILITY REMOVALIABANDONMENT Page 14 of 15 1 b. Dewater line. 2 c. Plug with CLSM in accordance with Section 03 34 13. 3 2. Storm Sewer Line Abandonment by Grouting 4 a. Excavate and backfill in accordance with Section 33 05 10. 5 b. Dewater the existing line to be grouted. 6 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 7 or CLSM in accordance with 03 34 13. 8 d. Dispose of any excess material. 9 3. Storm Sewer Line Removal 10 a. Excavate and backfill in accordance with Section 33 05 10. 11 b. Remove existing pipe line and properly dispose as approved by City. 12 4. Storm Sewer Manholes Removal 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Demolish and remove entire concrete manhole. 15 c. Cut and plug storm sewer lines to be abandoned. 16 5. Storm Sewer Junction Box and/or Junction Structure Removal 17 a. Excavate and backfill in accordance with Section 33 05 10. 18 b. Demolish and remove entire concrete structure. 19 c. Cut and plug storm sewer lines to be abandoned. 20 6. Storm Sewer Inlet Removal 21 a. Excavate and backfill in accordance with Section 33 05 10. 22 b. Demolish and remove entire concrete inlet. 23 c. Cut and plug storm sewer lines to be abandoned. 24 7. Storm Sewer Box Removal 25 a. Excavate and backfill in accordance with Section 33 05 10. 26 b. Cut existing line from the utility system prior to removal. 27 c. Cut any services prior to removal. 28 d. Remove existing pipe line and properly dispose as approved by City. 29 8. Headwall/SET Removal 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Demolish and remove entire concrete inlet. 32 c. Cut and plug storm sewer lines to be abandoned. 33 9. Storm Sewer Trench Drain Removal 34 a. Excavate and backfill in accordance with Section 33 05 10. 35 b. Remove existing pipe line and dispose as approved by City. 36 3.5 REPAIR / RESTORATION [NOT USED] 37 3.6 RE -INSTALLATION [NOT USED] 38 3.7 FIELD [OR] SITE QUALITY CONTROL 39 3.8 SYSTEM STARTUP [NOT USED] 40 3.9 ADJUSTING [NOT USED] 41 3.10 CLEANING [NOT USED] 42 3.11 CLOSEOUT ACTIVITIES [NOT USED] 43 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00407 Revised July 1, 2011 1 3.13 MAINTENANCE [NOT USED] 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 5 0241 14 - 15 UTILITY REMOVALIABANDONMENT Page 15 of 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 024115-1 PAVING REMOVAL Page 1 of 6 1 2 3 PART1- GENERAL 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. Pulverization of existing pavement. 11 6. Disposal of removed materials. 12 B. Deviations from City of Fort Worth Standards 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. Division 1 - General Requirements 18 3. Section 32 11 33 - Cement Treated Base Course 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ,.Y A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 024115-2 PAVING REMOVAL Page 2 of 6 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. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, 5 hauling, disposal, tools, equipment, labor and incidentals needed to execute 6 work. 7 f. Wedge Milling: full compensation for all milling, hauling milled material to 8 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 9 to execute the work. 10 g. Surface Milling: full compensation for all milling, hauling milled material to 11 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 12 to execute the work. 13 h. Butt Milling: full compensation for all milling, hauling milled material to 14 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 15 to execute the work. 16 i. Pavement Pulverization: full compensation for all labor, material, equipment, 17 tools and incidentals necessary to pulverize, remove and store the pulverized 18 material, undercut the base, mixing, compaction, haul off, sweep, and dispose 19 of the undercut material. 20 j. Remove speed cushion: full compensation for removal, hauling, disposal, 21 tools, equipment, labor, and incidentals needed to execute the work. 22 k. No payment for saw cutting of pavement or curbs and gutters will be made 23 under this section. Include cost of such work in unit prices for items listed in 24 bid form requiring saw cutting. 25 1. No payment will be made for work outside maximum payment limits indicated 26 on plans, or for pavements or structures removed for CONTRACTOR's 27 convenience. 28 1.3 REFERENCES 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 024115-3 PAVING REMOVAL Page 3 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 EQUIPMENT [NOT USED] 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 EXAMINATION [NOT USED] 17 3.2 INSTALLERS [NOT USED] 18 3.3 PREPARATION 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 1. Exercise caution to minimize damage to underground utilities. 25 2. Minimize amount of earth removed. 26 3. Remove paving to neatly sawed joints. 27 4. Use care to prevent fracturing adjacent, existing pavement. 28 B. Sawing 29 1. Sawing Equipment. 30 a. Power -driven. 31 b. Manufactured for the purpose of sawing pavement. 32 c. In good operating condition. 33 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 34 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 35 perpendicular to existing joint. 36 3. Sawcut parallel to the original sawcut in square or rectangular fashion. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 0241 15-4 PAVING REMOVAL Page 4 of 6 1 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 2 joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that 3 joint, edge or lip. 4 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 5 neat, straight line for the purpose of removing the damaged area. 6 C. Remove Concrete Paving and Concrete Valley Gutter 7 1. Sawcut: See 3.4.13. 8 2. Remove concrete to the nearest expansion joint or vertical saw cut. 9 D. Remove Concrete Curb and Gutter 10 1. Sawcut: See 3.4.13. 11 2. Minimum limits of removal: 30 inches in length. 12 E. Remove Asphalt Paving 13 1. Sawcut: See 3.4.13. 14 2. Remove pavement without disturbing the base material. 15 3. When shown on the plans or as directed, stockpile materials designated as 16 salvageable at designated sites. 17 4. Prepare stockpile area by removing vegetation and trash and by providing for 18 proper drainage. 19 F. Milling 20 1. General: 21 a. Mill surfaces to the depth shown in the plans or as directed. 22 b. Do not damage or disfigure adjacent work or existing surface improvements. 23 c. If milling exposes smooth underlying pavement surfaces, mill the smooth 24 surface to make rough. 25 d. Provide safe temporary transition where vehicles or pedestrians must pass over 26 the milled edges. 27 e. Remove excess material and clean milled surfaces. 28 f. Stockpiling of planed material will not be permitted within the right of way 29 unless approved by the City. 30 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 31 existing brick base. See 3.3.G. for brick paving removal. 32 2. Milling Equipment 33 a. Power operated milling machine capable of removing, in one pass or two 34 passes, the necessary pavement thickness in a five-foot minimum width. 35 b. Self-propelled with sufficient power, traction and stability to maintain accurate 36 depth of cut and slope. 37 c. Equipped with an integral loading and reclaiming means to immediately 38 remove material cut from the surface of the roadway and discharge the cuttings 39 into a truck, all in one operation. 40 d. Equipped with means to control dust created by the cutting action. 41 e. Equipped with a manual system providing for uniformly varying the depth of 42 cut while the machine is in motion making it possible to cut flush to all inlets, 43 manholes, or other obstructions within the paved area. 44 f. Variable Speed in order to leave the specified grid pattern. 45 g. Equipped to minimize air pollution. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00407 Revised July 1, 2011 .r 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 024115-5 PAVING REMOVAL Page 5 of 6 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. 37 H. Pavement Pulverization 38 1. Pulverization 39 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. 40 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 41 base 2 inches. 42 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 43 2. Cement Application 44 a. Use 3.5% Portland cement. 45 b. See Section 32 11 33. 46 3. Mixing: see Section 32 11 33. 47 4. Compaction: see Section 32 11 33. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 0241 15-6 PAVING REMOVAL Page 6 of 6 1 5. Finishing: see Section 32 1133. 2 6. Curing: see Section 32 1133. 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 amount. 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 USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 PM SM i gap i CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 dM 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 T 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 03 30 00 - 1 CAST -IN -PLACE CONCRETE Page 1 of 25 SECTION 03 30 00 CAST -IN -PLACE CONCRETE A. Section Includes: 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs -on -grade d. Foundation walls e. Retaining walls f. Suspended slabs g. Blocking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast -furnace slag 5) Silica fume b. Subject to compliance with the requirements of this specification B. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 033000-2 CAST -IN -PLACE CONCRETE Page 2 of 25 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Association of State Highway and Transportation (AASHTO): 5 a. M182, Burlap Cloth Made from Jute or Kenaf. 6 3. American Concrete Institute (ACI): 7 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 8 b. ACI 301 Specifications for Structural Concrete 9 c. ACI 305.1 Specification for Hot Weather Concreting 10 d. ACI 306.1 Standard Specification for Cold Weather Concreting 11 e. ACI 308.1 Standard Specification for Curing Concrete 12 f. ACI 318 Building Code Requirements for Structural Concrete 13 g. ACI 347 Guide to Formwork for Concrete 14 4. American Institute of Steel Construction (AISQ: 15 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 16 5. ASTM International (ASTM): 17 a. A36, Standard Specification for Carbon Structural Steel. 18 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 19 Hardware. 20 c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 21 Materials for High -Temperature Service and Other Special Purpose 22 Applications. 23 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 24 Concrete Reinforcement. 25 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 26 Concrete Reinforcement. 27 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 g. C33, Standard Specification for Concrete Aggregates. 30 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 33 Beams of Concrete. 34 j. C94, Standard Specification for Ready -Mixed Concrete. 35 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 36 Mortars (Using 2-inch or (50-milimeter] Cube Specimens) 37 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 38 in. C171, Standard Specification for Sheet Materials for Curing Concrete. 39 n. C150, Standard Specification for Portland Cement. 40 o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 41 p. C219, Standard Terminology Relating to Hydraulic Cement. 42 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 43 Pressure Method. 44 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 45 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 46 Curing Concrete. 47 t. C494, Standard Specification for Chemical Admixtures for Concrete. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i M, i i 03 30 00 - 3 CAST -IN -PLACE CONCRETE Page 3 of 25 1 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 4 Concrete. 5 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 6 Use in Concrete and Mortars. 7 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 8 Flowing Concrete. 9 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 10 Concrete. 11 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 12 Cement Concrete. 13 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 14 bb. E1155, Standard Test Method for Determining FF Floor Flatness and Fl, Floor 15 Levelness Numbers. 16 cc. F436, Standard Specification for Hardened Steel Washers. 17 6. American Welding Society (AWS). 18 a. D1.1, Structural Welding Code -Steel. 19 b. D1.4, Structural Welding Code -Reinforcing Steel. 20 7. Concrete Reinforcing Steel Institute (CRSI) 21 a. Manual of Standard Practice 22 8. Texas Department of Transportation 23 a. Standard Specification for Construction and Maintenance of Highways, Streets 24 and Bridges 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Work Included 27 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 28 including shoring, reshoring, falsework, bracing, proprietary forming systems, 29 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 30 blockouts, sleeves, pockets and accessories. 31 a. Erection shall include installation in formwork of items furnished by other 32 trades. 33 2. Furnish all labor and materials required to fabricate, deliver and install 34 reinforcement and embedded metal assemblies for cast -in -place concrete, including 35 steel bars, welded steel wire fabric, ties, supports and sleeves. 36 3. Furnish all labor and materials required to perform the following: 37 a. Cast -in -place concrete 38 b. Concrete mix designs 39 c. Grouting 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 em 43 ow B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1. 201 West Berry Streetscape Improvements City Project No. 00407 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Required for each type of product indicated 4 B. Design Mixtures 5 1. For each concrete mixture submit proposed mix designs in accordance with ACI 6 318, chapter 5. 7 2. Submit each proposed mix design with a record of past performance. 8 3. Submit alternate design mixtures when characteristics of materials, Project condi- 9 tions, weather, test results or other circumstances warrant adjustments. 10 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 11 a. Include this quantity on delivery ticket. 12 C. Steel Reinforcement Submittals for Information 13 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 14 ical analysis. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Manufacturer Qualifications 19 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 20 plies with ASTM C94 requirements for production facilities and equipment 21 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the same 25 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C. ACI Publications 28 1. Comply with the following unless modified by requirements in the Contract Docu- 29 ments: 30 a. ACI 301 Sections 1 through 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1. Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIVERY, STORAGE, AND 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 West Berty Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 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 USED] 6 PART2- PRODUCTS 7 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 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 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. %-inch x %-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than I inch in diameter in concrete surface. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 03 30 00 - 6 CAST -IN -PLACE CONCRETE Page 6 of 25 1 d. Furnish ties with integral water -barrier plates to walls indicated to receive 2 dampproofing or waterproofing. 3 C. Steel Reinforcement 4 1. Reinforcing Bars 5 a. ASTM A615, Grade 60, deformed 6 D. Reinforcement Accessories 7 1. Smooth Dowel Bars 8 a. ASTM A615, Grade 60, steel bars (smooth) 9 b. Cut bars true to length with ends square and free of burrs. 10 2. Bar Supports 11 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 12 reinforcing bars and welded wire reinforcement in place 13 b. Manufacture bar supports from steel wire, plastic or precast concrete according 14 to CRSI's "Manual of Standard Practice," of greater compressive strength than 15 concrete and as follows: 16 1) For concrete surfaces exposed to view where legs of wire bar supports 17 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 18 Class 2 stainless -steel bar supports. 19 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 20 concrete blocks on bottom where base material will not support chair legs 21 or where vapor barrier has been specified. 22 E. Embedded Metal Assemblies 23 1. Steel Shapes and Plates: ASTM A36 24 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 25 Stud Welding Division or approved equal 26 F. Expansion Anchors 27 1. Available Products 28 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 29 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 30 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 31 G. Adhesive Anchors and Dowels 32 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 33 into hardened concrete or grout -filled masonry. 34 a. The adhesive system shall use a 2-component adhesive mix and shall be 35 injected with a static mixing nozzle following manufacturer's instructions. 36 b. The embedment depth of the rod shall provide a minimum allowable bond 37 strength that is equal to the allowable yield capacity of the rod, unless otherwise 38 specified. 39 2. Available Products 40 a. Hilti HIT HY 150 Max 41 b. Simpson Acrylic -Tie 42 c. Powers Fasteners AC 100+ Gold 43 3. Threaded Rods: ASTM A193 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide %-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron fumished with full depth bolts. 1) Provide %-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following Cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C 150, Type I/II, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 25 d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C 1017, Type II K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, '/- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-I I-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufinan Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 i KJ 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 2 13) Tamms Industries, Inc.; Homcure WB 30 3 14) Unitex; Hydro Cure 309 4 15) US Mix Products Company; US Spec Maxcure Resin Clear 5 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 6 M. Related Materials 7 1. Bonding Agent 8 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 9 butadiene 10 2. Epoxy Bonding Adhesive 11 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 12 to damp surfaces, of class suitable for application temperature and of grade to 13 suit requirements, and as follows: 14 1) Types I and II, non -load bearing 15 2) IV and V, load bearing, for bonding 16 3) Hardened or freshly mixed concrete to hardened concrete 17 3. Reglets 18 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 19 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 20 or debris. 21 4. Sleeves and Blockouts 22 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 23 tubes or wood 24 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 25 a. Sized as required 26 b. Shall be of strength and character to maintain formwork in place while placing 27 concrete 28 N. Repair Materials 29 1. Repair Underlayment 30 a. Cement -based, polymer -modified, self -leveling product that can be applied in 31 thicknesses of 1/8 inch or greater 32 1) Do not feather. 33 b. Cement Binder 34 1) ASTM C 150, portland cement or hydraulic or blended hydraulic cement as 35 defined in ASTM C219 36 c. Primer 37 1) Product of underlayment manufacturer recommended for substrate, condi- 38 tions, and application 39 d. Aggregate 40 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 41 recommended by underlayment manufacturer 42 e. Compressive Strength 43 1) Not less than 4100 psi at 28 days when tested according to 44 ASTM C109/C109M 45 2. Repair Overlayment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 r 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 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page 10 of 25 a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1 /8 to 1 /4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 .. I 2 3 4 ** 5 6 7 8 jM 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 033000-11 CAST -IN -PLACE CONCRETE Page I I of 25 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to 0.30 percent by weight of cement. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Fabricating Reinforcement 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 w 033000-12 CAST -IN -PLACE CONCRETE Page 12 of 25 1 S. Concrete Mixing 2 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 3 ASTM C94, and furnish batch ticket information. 4 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 5 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 6 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 7 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 8 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 9 batch machine mixer. 10 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 11 minutes, but not more than 5 minutes after ingredients are in mixer, before any 12 part of batch is released. 13 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 14 seconds for each additional 1 cubic yard. 15 c. Provide batch ticket for each batch discharged and used in the Work, indicating 16 Project identification name and number, date, mixture type, mixture time, 17 quantity, and amount of water added. Record approximate location of final 18 deposit in structure. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Formwork 27 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 28 support vertical, lateral, static, and dynamic loads, and construction loads that might 29 be applied, until structure can support such loads. 30 2. Construct formwork so concrete members and structures are of size, shape, 31 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 32 a. Vertical alignment 33 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 34 2) Outside corner of exposed corner columns and control joints in concrete 35 exposed to view less than 100 feet in height - 1 /2 inch. 36 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 37 height but not more than 6 inches. 38 4) Outside corner of exposed corner columns and control joints in concrete 39 exposed to view greater than 100 feet in height - 1/2000 times the height 40 but not more than 3 inches. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 033000-13 CAST -IN -PLACE CONCRETE Page 13 of 25 b. Lateral alignment 1) Members -I inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 2 caps, walls, and columns straight and to the lines and grades 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 forms and 6 securely braced to prevent loss of concrete mortar. Locate temporary openings in 7 forms at inconspicuous locations. 8 1O. Chamfer exterior comers and edges of permanently exposed concrete. 9 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 10 bulkheads required in the Work. Determine sizes and locations from trades 11 providing such items. 12 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 13 sawdust, dirt, and other debris just before placing concrete. 14 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 15 leaks and maintain proper alignment. 16 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 17 written instructions, before placing reinforcement, anchoring devices, and 18 embedded items. 19 a. Do not apply form release agent where concrete surfaces are scheduled to 20 receive subsequent finishes which may be affected by agent. Soak contact 21 surfaces of untreated forms with clean water. Keep surfaces wet prior to 22 placing concrete. 23 B. Embedded Items 24 1. Place and secure anchorage devices and other embedded items required for 25 adjoining work that is attached to or supported by cast -in -place concrete. Use 26 setting drawings, templates, diagrams, instructions, and directions furnished with 27 items to be embedded. 28 a. Install anchor rods, accurately located, to elevations required and complying 29 with tolerances in RISC 303, Section 7.5. 30 1) Spacing within a bolt group: 1 /8 inch 31 2) Location of bolt group (center): '/2 inch 32 3) Rotation of bolt group: 5 degrees 33 4) Angle off vertical: 5 degrees 34 5) Bolt projection: f 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 C. Removing and Reusing Forms 39 1. Do not backfill prior to concrete attaining 75 percent of its 28-day design 40 compressive strength. 41 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 42 Work that does not support weight of concrete may be removed after cumulatively 43 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 44 concrete is hard enough to not be damaged by form -removal operations and curing 45 and protection operations are maintained. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 2 that supports weight of concrete in place until concrete has achieved at least 70 3 percent of its 28-day design compressive strength. 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 field cured cylinders. In the absence of cylinder tests, 7 supporting formwork shall remain in place until the concrete has cured at a 8 temperature of at least 50 degrees Fahrenheit for 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. Formwork 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 form removal without 19 disturbing shores, but only after the Contractor has demonstrated to the 20 satisfaction of the Engineer that the early removal of forms will not cause 21 excessive sag, distortion or damage to the concrete elements. 22 e. Completely remove wood forms. 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 construction loading. Construction loads up 27 to the rated live load capacity may be placed on unshored construction provided 28 the concrete has attained the 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 forms 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 D. Shores and Reshores 40 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 reshoring. 43 a. Do not remove shoring or reshoring until measurement of slab tolerances is 44 complete. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 03 30 00 - 16 CAST -IN -PLACE CONCRETE Page 16 of 25 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. 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 reinforcing bars. a. Weld reinforcing bars according to AWS D I A, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: t3/8 inch 2) Members more than 8 inches deep: tl/2 inch b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 inches deep or less; f1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 r_� oft 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 25 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. d. Locate 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 walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self -Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 03 30 00 - 18 CAST -IN -PLACE CONCRETE Page 18 of 25 1 b. Consolidate placed concrete with mechanical vibrating equipment according to 2 ACI 301. 3 c. Do not use vibrators to 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 vibrators into 6 lower layers of concrete that have begun to lose plasticity. At each insertion, 7 limit duration of vibration to time necessary to consolidate concrete and 8 complete embedment of reinforcement and other embedded items without 9 causing mixture constituents to segregate. 10 d. Do not permit concrete to drop freely any distance greater than 10 feet for 11 concrete containing a high range water reducing admixture (superplasticizer) or 12 5 feet for other concrete. Provide chute or tremie to place concrete where longer 13 drops are necessary. Do not place concrete into excavations with standing 14 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 15 with its outlet near the 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 floors and slabs in a continuous operation, 18 within limits of construction joints, until placement of a panel or section is 19 complete. 20 a. Consolidate concrete during placement operations so concrete is thoroughly 21 worked around reinforcement and other embedded items and into corners. 22 b. Maintain reinforcement in position on chairs during concrete placement. 23 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 24 d. Slope surfaces uniformly to drains where required. 25 e. Begin initial floating using bull floats or darbies to form a uniform and open- 26 textured surface plane, before excess bleedwater appears on the surface. Do not 27 further disturb slab surfaces before starting finishing operations. 28 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 29 concrete work from physical damage or reduced strength that could be caused by 30 frost, freezing actions, or low temperatures. 31 a. When average high and low temperature is expected to fall below 40 32 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 33 temperature within the temperature range required by ACI 301. 34 b. Do not use frozen materials or materials containing ice or snow. Do not place 35 concrete on frozen subgrade or on subgrade containing frozen materials. 36 c. Do not use calcium chloride, salt, or other materials containing antifreeze 37 agents or chemical accelerators unless otherwise specified and approved in 38 mixture designs. 39 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 40 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 41 placement. Chilled mixing water or chopped ice may be used to control 42 temperature, provided water equivalent of ice is calculated to total amount of 43 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 44 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 45 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 46 dry areas. 47 J. Finishing Formed Surfaces CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 oft am 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 i 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 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of 25 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed -surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 305.1 for hot -weather protection during curing. 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water -fog spray CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 3) Absorptive cover, water saturated, and kept continuously wet. Cover 2 concrete surfaces and edges with 12-inch lap over adjacent absorptive 3 covers 4 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 5 retaining cover for curing concrete, placed in widest practicable width, with 6 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 7 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 8 during curing period using cover material and waterproof tape. 9 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 10 receive floor coverings. 11 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 12 receive penetrating liquid floor treatments. 13 3) Cure concrete surfaces to receive floor coverings with either a moisture- 14 retaining cover or a curing compound that the manufacturer certifies will 15 not interfere with bonding of floor covering used on Project. 16 c. Curing Compound: Apply uniformly in continuous operation by power spray 17 or roller according to manufacturer's written instructions. Recoat areas 18 subjected to heavy rainfall within 3 hours after initial application. Maintain 19 continuity of coating and repair damage during curing period. 20 3.5 REPAIR 21 A. Concrete Surface Repairs 22 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 23 Remove and replace concrete that cannot be repaired and patched to Engineer's 24 approval. 25 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 26 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 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, fins 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 than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 34 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 35 with water, and brush -coat holes and voids with bonding agent. Fill and 36 compact with patching mortar before bonding agent has dried. Fill form -tie 37 voids with patching mortar or cone plugs secured in place with bonding agent. 38 b. Repair defects on surfaces exposed to view by blending white portland cement 39 and standard portland cement so that, when dry, patching mortar will match 40 surrounding color. Patch a test area at inconspicuous locations to verify 41 mixture and color match before proceeding with patching. Compact mortar in 42 place and strike off slightly higher than surrounding surface. 43 c. Repair defects on concealed formed surfaces that affect concrete's durability 44 and structural performance as determined by Engineer. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 .q i 03 30 00 - 21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 2 for finish and verify surface tolerances specified for each surface. Correct low and 3 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 4 a sloped template. 5 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 6 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 7 or that penetrate to reinforcement or completely through unreinforced sections 8 regardless of width, and other objectionable conditions. 9 b. After concrete has cured at least 14 days, correct high areas by grinding. 10 c. Correct localized low areas during or immediately after completing surface 11 finishing operations by cutting out low areas and replacing with patching 12 mortar. Finish repaired areas to blend into adjacent concrete. 13 d. Repair defective areas, except random cracks and single holes 1 inch or less in 14 diameter, by cutting out and replacing with fresh concrete. Remove defective 15 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 16 inch clearance all around. Dampen concrete surfaces in contact with patching 17 concrete and apply bonding agent. Mix patching concrete of same materials 18 and mixture as original concrete except without coarse aggregate. Place, 19 compact, and finish to blend with adjacent finished concrete. Cure in same 20 manner as adjacent concrete. 21 e. Repair random cracks and single holes 1 inch or less in diameter with patching 22 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 23 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 24 bonding agent. Place patching mortar before bonding agent has dried. 25 Compact patching mortar and finish to match adjacent concrete. Keep patched 26 area continuously moist for at least 72 hours. 27 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 28 adhesive and patching mortar. 29 6. Repair materials and installation not specified above may be used, subject to 30 Engineer's approval. 31 3.6 RE -INSTALLATION [NOT USED] 32 3.7 FIELD QUALITY CONTROL 33 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 34 inspecting agency to perform field tests and inspections and prepare test reports. 35 B. Inspections 36 1. Steel reinforcement placement 37 2. Headed bolts and studs 38 3. Verification of use of required design mixture 39 4. Concrete placement, including conveying and depositing 40 5. Curing procedures and maintenance of curing temperature 41 6. Verification of concrete strength before removal of shores and forms from beams 42 and slabs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 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 following requirements: 3 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 5 each additional 50 cubic yard or fraction thereof. 6 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but 7 not less than 1 test for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 10 each composite sample, but not less than 1 test for each day's pour of each concrete 11 mixture. 12 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 13 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 14 test for each composite sample. 15 5. Compression Test Specimens: ASTM C31. 16 a. Cast and laboratory cure 4 cylinders for each composite sample. 17 1) Do not transport field cast cylinders until they have cured for a 18 minimum of 24 hours. 19 6. Compressive -Strength Tests: ASTM C39; 20 a. Test 1 cylinder at 7 days. 21 b. Test 2 cylinders at 28 days. 22 c. Hold 1 cylinder for testing at 56 days as needed. 23 7. When strength of field -cured cylinders is less than 85 percent of companion 24 laboratory -cured cylinders, evaluate operations and provide corrective procedures 25 for protecting and curing in -place concrete. 26 8. Strength of each concrete mixture will be satisfactory if every average of any 3 27 consecutive compressive -strength tests equals or exceeds specified compressive 28 strength and no compressive -strength test value falls below specified compressive 29 strength by more than 500 psi. 30 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 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 concrete testing and inspecting agency, location of concrete batch in Work, design 34 compressive strength at 28 days, concrete mixture proportions and materials, 35 compressive breaking strength, and type of break for both 7- and 28-day tests. 36 10. Additional Tests: Testing and inspecting agency shall make additional tests of 37 concrete 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. ray CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1.2011 .r rr 033000-23 CAST -IN -PLACE CONCRErE Page 23 of 25 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments 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 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling 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 inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 17 hours of finishing. 18 E. Concrete Finish Measurement and Tolerances 19 1. All floors are 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 finishing. 26 b. Slabs shall be level within a tolerance of f 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 checked on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement for flatness and 31 levelness, according to ASTM El 155. 32 2. 2 Tiered Measurement Standard 33 a. Each floor test section and the overall floor area shall conform to the 2-tiered 34 measurement standard as specified herein. 35 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 36 solute minimum surface profile that will be acceptable for any 1 test sample 37 (line of measurements) anywhere within the test area. 38 2) Specified Overall Value: The specified overall FF/FL values represent the 39 minimum values acceptable for individual floor sections as well as the floor 40 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 FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1 b. Test sample measurement lines within each test section shall be 2 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 3 spacing to be determined by the City's testing agency. 4 c. The precise layout of each test section shall be determined by the City's testing 5 agency. 6 4. Concrete Floor Finish Tolerance 7 a. The following values apply before removal of shores. Levelness values (FL) do 8 not apply to intentionally sloped or cambered areas, nor to slabs poured on 9 metal deck or precast concrete. 10 1) Slabs 11 Overall Value FF45/FL30 12 Minimum Local Value FF30/FL20 13 5. Floor Elevation Tolerance Envelope 14 a. The acceptable tolerance envelope for absolute elevation of any point on the 15 slab surface, with respect to the elevation shown on the Drawings, is as follows: 16 1) Slab -on -Grade Construction: f % inch 17 2) Top surfaces of formed slabs measured prior to removal of supporting 18 shores: f Y4 inch 19 3) Top surfaces of all other slabs: f Y4 inch 20 4) Slabs specified to slope shall have a tolerance from the specified slope of 21 3/8 inch in 10 feet at any point, up to '/ inch from theoretical elevation at 22 any point. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING 26 A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfactorily re- 29 placed at the Contractor's expense, and in conformity with all of the requirements of 30 the Drawings and 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 M a& 033413-1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Pagel of 7 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 - Cast -in -Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 B. ASTM International (ASTM): 28 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 - Standard Specification for Concrete Aggregates. 31 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C 143 - 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i 033413-2 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 2 of 7 1 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 7 fabrication for specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product data 10 B. Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. �- 12 a. Resubmit at any time there is a significant change in grading of materials. 13 2. Mix 14 a. Submit full details, including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2. Submit data that identifies mix and slump for each test cylinder. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] .. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 PRODUCT TYPES AND MATERIALS 27 A. Materials 28 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 29 00. 30 2. Fly ash: Class F fly ash in accordance with ASTM C618. 31 3. Water: As specified in Section 03 30 00. 32 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 03 34 13-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 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. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured 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 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch l . After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 03 34 13 -4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 1 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. 15 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perform initial compression test until the cylinders reach a minimum 18 age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance, do not change the mix design without submitting a new mix 30 design, trial batches, and test information. 31 E. Determine slump in accordance with ASTM C143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi -continuous filling operation, slightly 34 overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 dM V I 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 10 height indicated on the Drawings. Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance, maintain slump developed during 20 testing during construction at all times within f 1 inch. 21 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 22 required) such that when placed, the material is self -compacting, self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens, and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 1. During the progress of construction, the City will have tests made to determine 35 whether the CLSM, as being produced, complies with the requirements specified 36 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders 39 a. Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 03 34 13 -6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1 /2 inch thick, and 1 /2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the 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 strength 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 mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, 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 specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape improvements City Project No. 00407 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Pagel of 4 1 SECTION 03 34 16 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART1- 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 11 2. Division 1 — General Requirements 12 3. Section 03 30 00 — Cast -in -Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 B. ASTM International (ASTM): 27 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 2. C33, Standard Specification for Concrete Aggregates. 30 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 4. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 33 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 34 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 37 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 38 Pozzolan for Use in Concrete. 39 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 40 Cement Concrete. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Provide submittals in accordance with Section 01 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. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 8 of low density concrete backfill work. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 17 2.2 PRODUCT TYPES AND MATERIALS 18 A. Mix Design 19 1. Performance requirements 20 a. Concrete Base Material for Trench Repair 21 1) 28-day compressive strength of not less than 750 psi and not more than 22 1,200 psi. 23 B. Materials 24 1. Portland cement 25 a. Type II low alkali portland cement as specified in Section 03 30 00. 26 2. Fly ash 27 a. Class F fly ash in accordance with ASTM C618. 28 3. Water 29 a. As specified in Section 03 30 00. 30 4. Admixture 31 a. Air entraining admixture in accordance with ASTM C260. 32 5. Fine aggregate 33 a. Concrete sand (does not need to be in accordance with ASTM C33). 34 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 35 plastic fines shall be present. 36 6. Coarse aggregate 37 a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1. 201l 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Place concrete base material by any method which preserves the quality of the material 9 in terms of compressive strength and density. 10 1. The basic requirement for placement equipment and placement methods is the 11 maintenance of its fluid properties. 12 2. Transport and place material so that it flows easily around, beneath, or through 13 walls, pipes, conduits, or other structures. 14 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where 15 required) such that when placed, the material is self -compacting, self-densifying, 16 and has sufficient plasticity that compaction or mechanical vibration is not required. 17 3.5 REPAIR [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 A. General 21 1. Make provisions for and furnish all material for the test specimens, and provide 22 manual assistance to assist the Engineer in preparing said specimens. 23 2. Be responsible for the care of and providing curing condition for the test specimens. 24 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 25 according to ASTM C 172 according to the following requirements: 26 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 27 concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards 28 or fraction thereof. 29 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but 30 not less than 1 test for each day's pour of each concrete mixture. Perform additional 31 tests when concrete consistency appears to change. 32 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 33 each composite sample, but not less than 1 test for each day's pour of each concrete 34 mixture. 35 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 36 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 37 test for each composite sample. 38 5. Compression Test Specimens: ASTM C31. 39 a. Cast and laboratory cure 4 cylinders for each composite sample. 40 1) Do not transport field cast cylinders until they have cured for a minimum of 41 24 hours. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 03 34 16 - 4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 6. Compressive -Strength Tests: ASTM C39 2 a. Test 1 cylinder at 7 days. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 .. 03 80 00 - 1 MODIFICATIONS TO EXISTING CONCRETE Page I of 7 1 SECTION 03 80 00 2 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Modifications to existing concrete structures, including: 7 a. Manholes 8 b. Junction boxes 9 c. Vaults 10 d. Retaining walls 11 e. Wing and head walls 12 f. Culverts 13 2. This section does not include modifications to Reinforced Concrete Pipe. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. This Item is considered subsidiary to the structure or Items being placed. 23 2. Payment 24 a. The work performed and the materials furnished in accordance with this Item 25 are subsidiary to the structure or Items being placed and no other compensation 26 will be allowed. 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. ASTM International (ASTM): 33 a. A615, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 34 b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 35 Concrete. 36 c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used 37 with Concrete by Slant Sheer. 38 d. D570, Standard Test Method for Water Absorption of Plastics. 39 e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 1 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 2 g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. 3 h. D790, Standard Test Methods for Flexural Properties of Unreinforced and 4 Reinforced Plastics and Electrical Insulating Materials. 5 B. Where 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 REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Provide submittals in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 11 fabrication for specials. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product Data 14 1. Submit manufacturer's Product Data on all product brands proposed for use to the 15 Engineer for review. 16 2. Include the manufacturer's installation and/or application instructions. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY 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 necessary barriers, shoring and 22 bracing, and other protective devices to prevent damage to the structures beyond the 23 limits necessary for the new work, protect personnel, control dust, and to prevent 24 damage to the structures or contents by falling or flying debris. 25 B. Core sanitary sewer manhole penetrations. 26 1.10 DELIVERY, STORAGE, AND HANDLING 27 A. Deliver the specified products in original, unopened containers with the manufacturer's 28 name, labels, product identification, and batch numbers. 29 B. Store and condition the specified product as recommended by the manufacturer. 30 1.11 FIELD CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Manufacturers CITY OF FORT WORTH West Berry Streetscape improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 038000-3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1 1. In other Part 2 articles where titles below introduce lists, the following requirements 2 apply to product selection: 3 a. Available Products 4 1) Subject to compliance with requirements, products that may be 5 incorporated into the Work include, but are not limited to, products 6 specified. 7 b. Available Manufacturers 8 1) Subject to compliance with requirements, manufacturers offering products 9 that may be incorporated into the Work include, but are not limited to, 10 manufacturers specified. 11 B. Materials 12 1. General 13 a. Comply with this Section and any state or local regulations. 14 C. Steel Reinforcement 15 1. Reinforcing Bars 16 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 specified 21 herein. 22 2. Properties of the cured material 23 a. Compressive Strength (ASTM D695) 24 1) 8,500 psi minimum at 28 days 25 b. Tensile Strength (ASTM D638) 26 1) 4,000 psi minimum at 14 days 27 c. Flexural Strength (ASTM D790 - Modulus of Rupture) 28 1) 6,300 psi minimum at 14 days 29 d. Shear Strength (ASTM D732) 30 1) 5,000 psi minimum at 14 days 31 e. Water Absorption (ASTM D570 - 2 hour boil) 32 1) 1 percent maximum at 14 days 33 f. Bond Strength (ASTM C882) Hardened to Plastic 34 1) 1,500 psi minimum at 14 days moist cure 35 g. Color 36 1) Gray 37 h. Available Manufacturers: 38 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 39 2) BASF, Cleveland, Ohio - Concresive 1438 40 E. Epoxy Paste 41 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin 42 material used to bond dissimilar materials to concrete such as setting railing posts, 43 dowels, anchor bolts, and all -threads into hardened concrete and complying with 44 the requirements of ASTM C881, Type I, Grade 3, and the additional requirements 45 specified herein. 46 2. Properties of the cured material 47 a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 1 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at 2 Break - 0.3 percent minimum 3 c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 4 14 days 5 d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days 6 e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days 7 f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 8 g. Color: Concrete grey 9 h. Available Manufacturers 10 1) Overhead Applications 11 a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod LV 12 b) BASF - Concresive 1438 13 2) All Other Applications 14 a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mod LV 31 15 b) BASF - Concresive 1401 16 F. Repair Mortars 17 1. Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement- 18 based cementitious trowel grade mortar for repairs on horizontal or vertical 19 surfaces. 20 a. Available Manufacturers 21 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 22 2) BASF — Emaco Nanocrete R3 23 G. Pipe Penetration Sealants 24 1. 1 component polyurethane, extrudable swelling bentonite-free waterstop that is 25 chemically resistant, not soluble in water and capable of withstanding wet/dry 26 cycling. 27 a. Available Manufacturers 28 1) Sika Corporation, Lyndhurst New Jersey — SikaSwell S-2 29 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 PREPARATION 36 A. General 37 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing 38 structures or appurtenances, as indicated on the Drawings, specified herein, or 39 necessary to permit completion of the Work. Finishes, joints, reinforcements, 40 sealants, etc., are specified in respective Sections. Comply with other requirements 41 of this of Section and as shown on the Drawings. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 038000-5 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 either side of 5 the joint. 6 4. When drilling holes for 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 approval by the Engineer. 9 B. Concrete Removal 10 1. Remove concrete designated to be removed to specific limits as shown on the 11 Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting 12 as appropriate in areas where concrete is to be taken out. Do not jackhammer 13 sanitary sewer manhole penetrations. Remove concrete in such a manner that 14 surrounding concrete or existing reinforcing to be left in place and existing in place 15 equipment is not damaged. 16 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new 17 material is to be placed on the sawcut surface, apply a coating or surface treatment 18 of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 19 3. In all cases where the joint between new concrete or grout and existing concrete 20 will be exposed in the finished work, except as otherwise shown or specified, 21 provide a 1-inch deep saw cut on each exposed surface of the existing concrete at 22 the edge of concrete removal. 23 4. Repair concrete specified to be left in place that is damaged using approved means 24 to the satisfaction of the Engineer. 25 5. The Engineer may from time to time direct additional repairs to existing concrete. 26 Make these repairs as specified or by such other methods as may be appropriate. 27 C. Connection Surface Preparation 28 1. Prepare connection surfaces as specified below for concrete areas requiring 29 patching, repairs or modifications as shown on the Drawings, specified herein, or as 30 directed by the Engineer. 31 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting 32 materials from the surface by dry mechanical means, i.e., sandblasting, grinding, 33 etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in 34 depth. Irregular voids or surface stones need not be removed if they are sound, free 35 of laitance, and firmly embedded into parent concrete, subject to the Engineer's 36 final inspection. 37 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar 38 means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of 39 the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a 40 minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during 41 the demolition operation. 42 4. Clean reinforcing from existing demolished concrete that is shown to be 43 incorporated in new concrete by wire brush or other similar means to remove all 44 loose material and products of corrosion before proceeding with the repair. Cut, 45 bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch 46 minimum cover all around. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 03 80 00 - 6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 1 5. The following are specific concrete surface preparation "methods" to be used where 2 called for on the Drawings, specified herein, or as directed by the Engineer. 3 a. Method A 4 1) After the existing concrete surface at connection has been roughened and 5 cleaned, thoroughly moisten the existing surface with water. 6 2) Brush on a 1/1 6-inch layer of cement and water mixed to the consistency of 7 a heavy paste. 8 3) Immediately after application of cement paste, place new concrete or grout 9 mixture as detailed on the Drawings. 10 b. Method B 11 1) After the existing concrete surface has been roughened and cleaned, apply 12 epoxy bonding agent at connection surface. 13 2) Comply strictly with the manufacturer's recommendations for the field 14 preparation and application of the epoxy bonding agent. 15 3) Place new concrete or grout mixture to limits shown on the Drawings 16 within time constraints recommended by the manufacturer to ensure bond. 17 c. Method C 18 1) Drill a hole 1 /4 inch larger than the diameter of the dowel. 19 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. 20 First fill the drilled hole with epoxy paste, then butter the dowels/bolts with 21 paste then insert by tapping. 22 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a 23 depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 24 4) If not noted on the Drawings, the Engineer will provide details regarding 25 the size and spacing of dowels. 26 d. Method D 27 11 Combination of Method B and C. 28 3.4 INSTALLATION [NOT USED] 29 3.5 REPAIR [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION 40 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 pa ., mp 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 West Berry Streetscape Improvements City Project No. 00407 26 05 00 - 1 COMMON WORK RESULTS FOR ELECTRICAL Pagel of 5 1 SECTION 26 05 00 2 COMMON WORK RESULTS FOR ELECTRICAL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor, materials and equipment required to install, test and provide an 7 operational, electrical system as specified and as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Electrical Facilities 16 a. Measurement 17 1) Measurement for this Item shall be by lump sum. 18 b. Payment 19 1) The work performed and materials furnished in accordance to this Item 20 shall be paid for at the lump sum price bid for "Electrical Facilities". 21 c. The price bid shall include: 22 1) Furnishing and installing a complete electrical system 23 2) Wire 24 3) Cable 25 4) Conduit and related hardware 26 5) Supports 27 6) Excavation 28 7) Furnishing, placement and compaction of backfill 29 8) Hauling 30 9) Clean-up 31 2. Electrical Service 32 a. Measurement 33 1) Measurement for electrical service shall be per each type and size installed. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid for "Electrical Service" shall be 37 made at the price bid per each type and size installed. 38 c. The price bid shall include all aspects of completing the installation of electrical 39 service including, but not limited to: 40 1) Conduit 41 2) Pole risers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 1 3) Meter base 2 4) Breaker box 3 5) Breakers 4 6) Coordination with Electrical Service Provider 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. Underwriters Laboratories, Inc. (UL) 11 1.4 ADMINISTRATIVE REQUIREMENTS 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Coordination 1. Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or Work as may be required in those references, and include such information or Work as may be specified. 2. Division 26 requirements apply to electrical work provided under any division of the Specifications B. Service and Metering 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, Three Wire, 60 Hz from transformer equipment furnished and installed by the power company. 2. Power company responsibilities a. Furnishing and installing the primary overhead conductors and pole line b. Furnishing and installing the transformer or riser pole, primary cutouts, lightning arresters and grounding c. Furnishing and installing primary conduits and cables d. Furnishing and installing the transformer pad and grounding (if pad -mounted transformer) e. Furnishing and installing transformer f. Terminating underground primary cables g. Furnishing metering current transformers (CT's), meter and meter wiring h. Terminating secondary cables to the service transformer i. Furnishing meter base and enclosure 3. Contractor responsibilities a. Furnishing and installing secondary conduits and cables b. Furnishing and installing power company approved metering current transformer enclosure (if required by power company) c. Installing meter base d. Furnishing and installing an empty conduit with pull line from the metering current transformer enclosure to the meter enclosure. Conduit size and type approved by the power company e. Coordinating electrical service installation with power company 4. City responsibilities a. Negotiating with power company for the costs of new or revised services CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i i 0" i MR i 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 1 b. Making payment directly to power company for such costs 2 C. Codes, Inspections and Fees 3 1. Obtain all necessary permits and pay all fees required for permits and inspections. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Materials and Equipment 10 1. New, except where specifically identified on the Drawings to be reused. 11 2. UL listed, where such listing exists. 12 3. Electrical service 13 a. Service type shall be as shown on the Drawings. 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD CONDITIONS [NOT USED] 16 1.12 WARRANTY 17 A. Manufacturer Warranty 18 1. Manufacturer's warranties are specified in each of the Specification Sections. 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION 23 A. Interpretation of Drawings 24 1. Coordinate the conduit installation with other trades and the actual supplied 25 equipment. 26 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 27 raceway installation. 28 3. Verify exact locations and mounting heights of lighting fixtures, switches and 29 receptacles prior to installation. 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. Phase Balancing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 260500-4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 1 1. Connect circuits on motor control centers and panelboards to result in evenly 2 balanced loads across all phases. 3 3.5 REPAIR / RESTORATION [NOT USED] 4 3.6 RE -INSTALLATION [NOT USED] 5 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 6 3.8 SYSTEM STARTUP 7 A. Tests and Settings 8 1. Test systems and equipment furnished under Division 26. 9 2. Repair or replace all defective work. 10 3. Make adjustments to the systems as specified and/or required. 11 4. Prior to energizing electrical equipment, make all tests required by the individual 12 Specification sections. 13 a. Submit a sample test form or procedure. 14 b. Submit the required test reports and data within 30 days after the test. 15 c. Include names of all test personnel. 16 d. Initial each test. 17 5. Check wire and cable terminations for tightness. 18 6. Verify all terminations at transformers, equipment, capacitor connections, panels, 19 and enclosures by producing a 12 3 rotation on a phase sequence motor when 20 connected to A, B, and C phases. 21 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, 22 motor starters, and control equipment. 23 8. Check interlocking, control and instrument wiring for each system and/or part of a 24 system to prove that the system will function properly as indicated by schematic 25 and wiring diagrams. 26 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 27 10. Provide qualified test personnel, instruments and test equipment. 28 11. Refer to the individual equipment Sections for additional specific testing 29 requirements. 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION 37 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 1 dEq am 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i MID i i i M 2605 10-1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 5 1 SECTION 26 05 10 2 DEMOLITION FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 We 31 32 33 34 35 36 37 38 A. Section Includes: 1. Furnish, install and test all equipment, wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by lump sum. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Salvage Electrical Equipment". 3. The price bid shall include: a. Removing and salvaging electrical equipment including, but not limited to: 1) Wire and cable 2) Encasement 3) Conduit 4) Supports b. Excavation c. Furnishing, placement and compaction of backfill d. Hauling e. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. National Fire Protection Association (NFPA) a. 70, National Electrical Code (NEC) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Beery Streetscape Improvements City Project No. 00407 26 05 10 - 2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 5 1 1. Coordinate with the City or their designee 48 hours in advance of removals. 2 2. Coordinate with other Trades for removal of electrical services in conjunction with 3 the removal of the associated equipment. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING 10 A. Delivery and Acceptance Requirements 11 1. All salvage materials will be delivered by the Contractor to the City at a location 12 designated by the Inspector. The Inspector, assisted by authorized representatives, 13 will serve as the receiving agent for salvage material. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION 20 A. Verify field measurements and circuiting arrangements. 21 B. Verify that abandoned wiring and equipment serve only abandoned facilities. 22 C. Report Drawing discrepancies to City before disturbing the existing installation. 23 3.3 PREPARATION 24 A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal. 25 B. Coordinate utility service outages with Utility Company to minimize length and number 26 of outages. 27 C. Provide temporary wiring and connections to maintain existing systems in service 28 during construction. 29 D. When work must be performed on energized equipment or circuits, use personnel 30 experienced in such operations. 31 E. Existing Electrical Service: Maintain existing system in service until new system is 32 complete and ready for service. 33 F. Disable system only to make switchovers and connections. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 0% i r.l .t wo oft M MM r 2605 10 - 3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 5 1 G. Obtain permission from City at least 1 week in advance, before partially or completely 2 disabling system. 3 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 4 A. Remove, relocate and extend existing installations to accommodate new construction. 5 B. Remove abandoned wiring to source of supply. 6 C. Remove exposed abandoned conduit, including abandoned conduit above accessible 7 ceiling finishes. 8 1. Cut conduit flush with walls and floors and patch surfaces. 9 D. Disconnect abandoned outlets and remove devices. 10 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 11 2. Provide blank cover for abandoned outlets which are not removed. 12 E. Disconnect and remove abandoned panelboards and distribution equipment. 13 F. Disconnect and remove electrical devices and equipment that has been removed. 14 G. Repair adjacent construction and finishes damaged during demolition and extension 15 work. 16 H. Maintain access to existing installations which remain active. Modify installation or 17 provide access to panels as appropriate. 18 I. Where the demolition or revision of any portion of a raceway or box in the raceway 19 system, in an area, causes the raceway system of the area to no longer comply with the 20 classification or Specification requirements of the area, provide and install such boxes, 21 fittings, etc. as may be necessary to return the raceway system to compliance with 22 Specifications. 23 J. Extend existing installations using materials and methods as specified for new Work. 24 K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 25 the surroundings. 26 L. Salvaged Equipment and Materials 27 1. The City shall have the right to retain any or all electrical and instrumentation 28 equipment shown or specified to be removed from the site. 29 2. Deliver the City's equipment to a site designated by the City. 30 3. If the City refuses the salvage, the Contractor must claim ownership of the 31 materials and dispose of them properly. 32 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of 33 demolition and the City will designate those items that are to remain the property of 34 the City. 35 5. Take necessary precautions in removing City designated property to prevent 36 damage during the demolition process. 37 a. Remove steel structural members by unbolting, cutting welds, or cutting rivet 38 heads and punching shanks through holes. 39 b. Do not use a cutting torch to separate the City's equipment or material. 40 6. Remove items in 1 piece or in a manner that does not impact their reuse. 41 a. Loose components may be removed separately. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 2605 10 - 4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 5 1 b. Controls and electrical equipment may be removed from the equipment and 2 handled separately. 3 c. Large units may be handled separately. 4 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 5 sections. 6 M. Material removed from the construction site during demolition, and any equipment not 7 otherwise designated to remain the property of the City in accordance with the pre- 8 demolition identification process shall become the property of the Contractor, and shall 9 be promptly removed from the construction site. 10 N. Refurbish and replace any existing facility, to be left in place, which is damaged by the 11 demolition operations. 12 1. The repair of such damage shall leave the parts in a condition at least equal to that 13 found at the start of the work. 14 3.5 RESTORATION 15 A. Clean and repair existing materials and equipment which remain or are to be reused. 16 B. Panelboards 17 1. Clean exposed surfaces. 18 2. Check tightness of electrical connections. 19 3. Replace damaged circuit breakers. 20 4. Provide closure plates for vacant positions. 21 5. Provide typed circuit directory showing revised circuiting arrangement. 22 3.6 RE -INSTALLATION [NOT USED] 23 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 260510-5 DEMOLITION FOR ELECTRICAL SYSTEMS an 4" M r w 40 Fft a4 M Page 5 of 5 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 WN i i i 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 1 SECTION 26 05 33 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install complete raceway systems as shown on the Drawings and as 7 specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 17 a. Measurement 18 1) This Item is considered subsidiary to Electrical Facilities. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 22 lump sum price bid for Electrical Facilities, and no other compensation will 23 be allowed. 24 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists 25 a. Measurement 26 1) Measurement for conduit shall be per linear foot of the size, installation 27 method, and type of conduit installed. 28 2) Limits of measurement for conduit are from center to center between 29 ground boxes or poles, a combination of the two or to the termination point. 30 b. Payment 31 1) Payment for conduit shall be made at the price bid per linear foot of the 32 size, installation method, and type of conduit installed. 33 c. The price bid shall include: 34 1) Installation of Conduit and Related Hardware including, but not limited to: 35 a) Elbows 36 b) Couplings 37 c) Weatherheads 38 3. Conduit Boxes, when a bid item for Electrical Facilities exists 39 a. Measurement 40 1) This Item is considered subsidiary to Electrical Facilities. 41 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1 1) The work performed and the materials furnished in accordance with this 2 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 3 lump sum price bid for Electrical Facilities, and no other compensation will 4 be allowed. 5 4. Conduit Boxes, when no bid item for Electrical Facilities exists 6 a. Measurement 7 1) Measurement for this Item shall be per each Conduit Box installed per 8 location of installation. 9 b. Payment 10 1) The work performed and materials furnished in accordance to this Item 11 shall be paid for at the unit price bid for "Conduit Box" installed. 12 c. The price bid shall include: 13 1) Furnishing and installing the Conduit Box 14 2) Excavation 15 3) Furnishing, placement and compaction of backfill 16 4) Clean-up 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. American National Standards Institute, Inc. (ANSI). 23 a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum 24 Conduit (ERAC). 25 3. National Electrical Manufacturers Association (NEMA). 26 a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). 27 b. C80.1, Electrical Rigid Steel Conduit. 28 c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 29 d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and 30 Tubing. 31 e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 32 4. National Fire Protection Association (NFPA) 33 a. 70 — National Electrical Code (NEC). 34 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 35 2) Chapter 9, Tables. 36 5. Underwriters Laboratories (UL) 37 a. 6, Electrical Rigid Metal Conduit — Steel. 38 b. 514B, Conduit, Tubing and Cable Fittings. 39 c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. 40 B. All equipment components and completed assemblies specified in this Section of the 41 Specifications shall bear the appropriate label of UL. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 W, i 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 A. Product Data 1. Submit to the City, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials specified. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Refer to Specification Section 01 60 00 for listing of approved manufacturers for all materials. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handling: In accordance with manufacturer's instructions. 2. Storage a. In accordance with manufacturer's instructions b. Not exposed to sunlight c. Completely covered 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. No separate warranty on conduit. PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 CONDUIT A. Liquidtight Steel Flexible Metal Conduit 1. Interlocked steel core 2. PVC jacket rated for 80 degrees Celsius 3. Complies with NEC Article 350 4. Fittings 5. Extruded from 6063 T-1 alloy 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UL-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streets ape Improvements City Project No. 00407 2605 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 1 3. Conforms to: 2 a. NEMA C80.1 3 C. Rigid PVC Schedule 80 Conduit 4 1. Designed for use above ground and underground as described in the NEC 5 2. Resistant to sunlight 6 3. UL Labeled 7 4. Conforms to: 8 a. NEMA TC-2 9 b. UL 651 10 5. Fittings conform to: 11 a. NEMA TC-3 12 b. UL 514B 13 D. Rigid PVC Schedule 40 Conduit 14 1. Designed for use underground as described in the NEC 15 2. Resistant to sunlight 16 3. UL Labeled. 17 4. Conforms to: 18 a. NEMA TC-2 19 b. UL 651 20 5. Fittings conform to: 21 a. NEMA TC-3 22 b. UL 514B 23 E. High Density Polyethylene (HDPE) Conduit 24 1. Designed for use underground as described in the NEC 25 2. Resistant to sunlight 26 3. UL Labeled 27 4. Conforms to: 28 a. UL 651 A 29 b. UL 651 B 30 c. NEMA TC-7 31 F. Raceway Boxes 32 1. Use: Exposed raceway systems only 33 2. Boxes for underground systems: Refer to Section 26 05 43. 34 3. Box size 35 a. Distance between each raceway entry inside the box and the opposite wall: Not 36 be less than 6 times the trade size of the largest raceway in a row. 37 b. Distance shall be increased for additional entries by the amount of the sum of 38 the diameters of all other raceway entries in the same row on the same wall of 39 the box. 40 c. Each row calculated individually, and the single row that provides the 41 maximum distance used to size box. 42 2.3 ACCESSORIES 43 A. Conduit Outlet Bodies CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 i M 04 M M don 26 05 33 - 5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1 1. Up to and including 2-1/2 inches 2 a. Conduit outlet bodies and covers: Galvanized steel 3 b. Captive screw -clamp cover 4 c. Neoprene gasket 5 d. Stainless steel screws and clamps 6 2. Larger than 2-1/2 inches 7 a. Use junction boxes. 8 B. Conduit Hubs 9 1. Watertight 10 2. Threaded galvanized steel 11 3. Insulated throat 12 4. Stainless steel grounding screw 13 C. Grounding Bushings 14 1. Insulated lay -in lug grounding bushings 15 2. Tin-plated copper grounding path 16 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees 17 Celsius 18 4. Plastic insert cap each bushing 19 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 20 NEC for the application 21 D. Raceway Sealant 22 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures 23 where shown or specified 24 E. Conduit Penetration Seals 25 1. Use for conduit wall and floor seals 26 F. Conduit and related hardware 27 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 28 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' 29 Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the 30 Drawings. 31 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 32 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on 33 type. 34 G. Expansion/Deflection Fittings 35 1. Use 36 a. Embedded in concrete 37 b. Exposed 38 2. Description 39 a. Internal grounding 40 b. 4 inch movement 41 c. Stainless steel/cast iron 42 H. Expansion Fittings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 1 1. Galvanized steel 2 2. 8 inch movement 3 3. Internal grounding 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 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 3.4 APPLICATION A. Interface with Other Work 1. Coordinate the placement of conduit and related components with other trades and existing installations. B. Unless shown on the Drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows: 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 3. Exposed: Rigid galvanized steel 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal Conduit C. Box Applications l . Furnish raceway junction, pull and terminal boxes with NEMA ratings for the location in which they are installed. 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: Galvanized steel 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited D. Conduit Outlet Bodies Applications 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, except where junction boxes are shown or otherwise specified 2. Conduits larger than 2-1/2 inches: Use junction boxes E. Conduit Hub Applications 1. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. F. Insulated Grounding Bushing Applications 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or switchgear, if there is no wall or floor pan on which to anchor or terminate the raceway. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 as 26 05 33 - 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 1 2. Other raceways: Terminate on enclosures with a conduit hub. 2 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 3 pulled. 4 G. Conduit Fittings Applications 5 1. Combination expansion deflection fittings: Install where conduits cross structure 6 expansion joints, on conduit transitions from underground to above ground, and 7 where installed in exposed conduit runs such that the distance between expansion- 8 deflection fittings does not exceed 150 feet of conduit run. 9 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on 10 the exposed side of conduit transitions from underground to above ground, where 11 the earth has been disturbed to a depth of more than 10 feet. 12 H. Conduit Penetration Seals Applications 13 1. Conduit wall seals: Use where underground conduits penetrate walls or at other 14 locations shown on the Drawings 15 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at 16 other locations shown on the Drawings 17 I. Conduit Tag Applications 18 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor 19 penetrations. 20 2. Tag all underground conduits and ducts at all locations, exiting and entering from 21 underground, including manholes and handholes. 22 J. Raceway Installation 23 1. No conduit smaller than 1'/ inch electrical trade size. 24 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 25 3. Do not pull wire until the conduit system is complete in all details. 26 4. Install all underground raceways in accordance with Section 26 05 43. 27 5. Where raceways enter or leave the raceway system, where the raceway origin or 28 termination, could be subjected to the entry of moisture, rain or liquid of any type, 29 particularly where the termination of such raceways terminate in any equipment, 30 new or existing at a lower elevation, such raceways shall be tightly sealed, using 31 watertight sealant (Duxseal or equal), at the higher elevation, both before and after 32 the installation of cables, such that there shall be no entry of water or moisture to 33 the Raceway System at any time. Any damage to new or existing equipment, due to 34 the entrance of moisture from unsealed raceways, shall be corrected by complete 35 replacement of such equipment, at no cost to the City. Cleaning or drying of such 36 damaged equipment will not be acceptable. 37 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 38 feet or less as required to obtain rigid construction. 39 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back 40 plates, to raise conduits from the surface. 41 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal 42 members and threaded hanger rods not less than 3/8 inch in diameter. 43 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to 44 provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 26 05 33 -8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 1 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. 2 Use concrete inserts of the spot type where attached to concrete surfaces. 3 11. Conduits on exposed work 4 a. Install at right angles to and parallel with the surrounding wall. 5 b. Conform to the form of the ceiling. 6 c. No diagonal runs. 7 d. Provide concentric bends in parallel conduit runs. 8 e. Install conduit perfectly straight and true. 9 12. Conduits terminated into enclosures: Install perpendicular to the walls where 10 flexible liquidtight or rigid conduits are required. 11 a. Do not use short sealtight elbow fittings for such terminations, except for 12 connections to instrumentation transmitters where multiple penetrations are 13 required. 14 13. Use insulated throat grounding bushings for conduits containing equipment 15 grounding conductors and terminating in boxes. Connect grounding conductors to 16 the box. 17 14. Install conduits using threaded fittings. Do not use running threads. 18 15. PVC conduit: Use glued type conduit fittings. 19 16. HDPE conduit: Use fittings by same manufacturer as conduit. 20 17. Liquidtight flexible steel conduit 21 a. Primary and secondary of transformers 22 b. Generator terminations 23 c. Other equipment where vibration is present 24 d. Connections to instrumentation transmitters, where multiple penetrations are 25 required 26 e. Do not use in other locations. 27 f. Maximum length: Not greater than that of a factory manufactured long radius 28 elbow of the conduit size being used 29 g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, 30 Table 2, "Other Bends". 31 h. Do not use BX or AC type prefabricated cables. 32 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings 33 against the passage of flame and smoke. 34 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing 35 bushings. 36 20. Raceways terminating in Control Panels or boxes containing electrical equipment 37 a. Do not install to enter from the top of the panel or box. 38 b. Seal with a watertight sealant: Duxseal or equal 39 21. Conduit 40 a. The Contractor will be required to coordinate with all local utility companies, 41 long distance communication companies, City utilities, railroad companies, and 42 Dig Tess if applicable, to ascertain exact locations of conflicting underground 43 services. 44 b. The location of conduits and ground boxes are diagrammatic only and may be 45 shifted by the Inspector to accommodate field conditions. 46 c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 04 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 260533-9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as measured from the intended target point for bores. e. The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile") will not be permitted. f. Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps, as approved by the Inspector. g. The Contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. h. New Conduit 1) All underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittings shall be of the sizes and types shown on the Drawings. 4) Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent --weld method in accordance with the conduit manufacturer's recommendations. 8) No reducer couplings shall be used unless specifically indicated on the Drawings. 9) Conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. 10) Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. a) In no case shall a cutting torch be used to cut or join conduit. 11) Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water -tight coupling between the conduit. 13) Couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. 14) Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends of conduits shall be capped or plugged until installation of the wire is complete. 16) Upon request by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 mm) below the finished street grade in the street area. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 260533 -10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 .� 1 18) Conduit placed for concrete encasement shall be secured and supported in 2 such a manner that the alignment will not be disturbed during placement of 3 the concrete. ! 4 a) No concrete shall be placed until all of the conduit ends have been 5 capped and all box openings closed. 6 19) PVC conduit, which is to be placed under existing pavement, sidewalks, 7 and driveways, shall be placed by first providing a void through which the 8 PVC conduit shall be inserted. 9 a) The void may be made by boring. 10 b) Use of water or other fluids in connection with the boring operation 11 will be permitted only to lubricate cuttings. 12 c) Water jetting will not be permitted. 13 20) If it is determined by the Inspector that it is impractical to place the conduit 14 by boring as outlined above due to unforeseen obstructions, written 15 permission may be granted by the Traffic Services Manager or designee for _ 16 the Contractor to cut the existing pavement. 17 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the 18 curb or the outside edge of the shoulder. 19 a) The boring method used shall not interfere with the operation of streets, 20 highways, or other facilities, and shall not weaken or damage any 21 embankment structure, or pavement. 22 22) Backfill - Compaction & Density Test for All Ditchlines ! 23 a) All ditchlines within paving areas of existing and proposed streets and 24 within 2 feet (600 mm) back of curb are to be mechanically tamped. 25 b) All tamping is to be density controlled to 90 percent standard proctor — 26 density at optimum moisture content and no greater than 5 percent 27 optimum or less than 2 percent below optimum. 28 c) All backfill material is to be select native material, 6 inches (150 mm) 29 diameter clods and smaller. 30 d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 31 mm) lifts with densities being taken for each 1 feet (300 mm) of _ 32 compacted material on offsetting stations of 50 feet (15.9 M). 33 23) Provide adequately bent conduit and properly excavate so as to prevent 34 damage to the conduit or conductor by a bend radius which is too short. 35 24) All conduit runs shall be continuous and of the same material (metal only 36 or PVC only). 37 25) Where tying into existing conduit, the Contractor must continue with the 38 same material (metal to metal or PVC to PVC). " 39 26) Each length of galvanized rigid metal conduit, where used, shall be reamed 40 and threaded on each end and couplings shall be made up tight. 41 27) White -lead paint or equal shall be used on threads of all joints. 42 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 43 29) Where the coating on a metal conduit run has been damaged in handling or 44 installation, such damaged parts shall be thoroughly painted with rust 45 preventive paint. 46 i. Existing Conduit 47 1) Prior to pulling cable in existing underground conduit, the conduit shall be 48 cleaned with a mandrel or cylindrical wire brush and blown out with 49 compressed air. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 OR 260533-11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 1 2) If conduit appears to be blocked, the Contractor shall make an attempt to 2 clear the conduit by rodding (The Contractor will not receive extra 3 compensation for rodding). 4 3) If the existing conduit cannot be used, the Contractor may be required to 5 repair and/or replace this conduit as directed by the Engineer. 6 a) Repair of this conduit will be paid for as "extra work" on a Change 7 Order. 8 4) The Inspector shall be notified prior to disconnection or removal of any 9 existing cable. 10 22. Conduits from external sources entering or leaving a multiple compartment 11 enclosure: Stub up into the bottom horizontal wireway or other manufacturer 12 designated area, directly below the vertical section in which the conductors are to 13 be terminated. 14 23. Conduits entering from cable tray: Stub into the upper section. 15 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or 16 NEMA 7. 17 25. Conduit identification platens 18 a. Install on all power, instrumentation, alarm and control conduits at each end of 19 the run and at intermediate junction boxes and manholes. 20 b. Install conduit plates before conductors are pulled into conduits. 21 c. Coordinate exact identification plate location with the City at the time of 22 installation to provide uniformity of placement and ease of reading. 23 26. Pull mandrels through all existing conduits that will be reused and through all new 24 conduits 2 inches in diameter and larger prior to installing conductors. 25 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or 26 designated for future equipment. 27 28. Install conduit to drain away from the equipment served. If conduit drainage is not 28 possible, use conduit seals to plug the conduits at the point of attachment to the 29 equipment 30 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, 31 present or future, in floor or ceiling construction. 32 30. Do not use running threads. 33 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated 34 spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 35 32. Locate conduits a minimum of 3 inches from steam or hot water piping. 36 a. Where crossings are unavoidable, locate conduit at least 1 inch from the 37 covering of the pipe crossed. 38 33. Conduits terminating at a cable tray 39 a. Support independently from the cable tray. 40 b. Provide conduit support within 1-feet of the cable tray. 41 c. Weight of the conduit not supported by cable tray 42 3.5 REPAIR / RESTORATION [NOT USED] 43 3.6 RE -INSTALLATION [NOT USED] 44 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 �_ Revised July 1, 2011 26 05 33 - 12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 -� 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 3.15 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 e-1 op PM 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 1 SECTION 26 05 43 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install a complete underground system of raceways, manholes and 7 hndholes 8 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways 9 and Boxes for Electrical Systems 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 03 30 00 — Cast -in -Place Concrete 16 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. This Item is considered subsidiary to the Electrical Facilities being installed. 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this Item 24 are subsidiary to the electrical facilities specified on the Drawings and shall be 25 subsidiary to the lump sum price bid for Electrical Facilities, and no other 26 compensation will be allowed. 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. American Association of State Highway and Transportation Officials (AASHTO) 33 a. M306 — Standard Specification for Drainage Structure Castings. 34 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 26 05 43 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Plastic duct spacers 6 B. Shop Drawings 7 1. Manholes, handholes and associated hardware 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Manufacturers 13 a. Precast manholes: Manufactured in a NPCA (National Precast Concrete 14 Association) Certified Plant 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Handle and store material in accordance with manufacturer's instructions. 18 2. Store materials completely covered; do not expose materials to sunlight. 19 3. Materials showing signs of previous or jobsite exposure will be rejected. 20 1.11 FIELD [SITE] CONDITIONS 21 1.12 WARRANTY 22 A. No separate warranty for this equipment 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [oR1 OWNER-SUPPLIEDPRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Manufacturers 27 1. Manufacturer List 28 a. Refer to Section 01 60 00. 29 B. Conduit 30 1. PVC Schedule 40 or HDPE 31 2. Refer to Section 26 05 33 32 3. Terminators: Same size and type as the raceway 33 C. Concrete cap for raceways and duct banks 34 1. Refer to Section 03 30 00. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 1 2. Red dye 2 a. 40 pounds per 10 cubic yards of concrete 3 D. Manholes and Handholes 4 1. Precast concrete 5 2. Designed for a AASHTO Class H2O load. 6 3. Sizes shown on Drawings 7 4. Manhole tops 8 a. Field removable 9 b. Stainless steel lifting eyes 10 5. Duct bank entries into the manhole or handhole 11 a. Centered on the entering wall 12 b. Contain the number and size of duct terminators to match the corresponding 13 duct bank 14 6. Concrete sump 15 a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep 16 b. Located in the middle of the floor of the manhole or handhole, or as shown on 17 the Drawings 18 E. Manhole Covers 19 1. Heavy duty 20 2. 36 inch diameter 21 3. Machined gray iron 22 4. AASHTO M306 CL35B minimum 23 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 24 6. Including frame 25 7. "Electric" or "Communication" raised lettering recessed flush on the cover 26 8. Drop handles 27 F. Castings 28 1. Made In the USA 29 2. Cast with the foundry's name and production date (example: mm/dd/yy) 30 3. True to pattern in form and dimension 31 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in 32 positions affecting strength and value 33 5. Angles: Filleted 34 6. Arises: Sharp and true 35 G. Hardware 36 1. Cable racks 37 a. Heavy duty 38 b. Non-metallic 39 c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not 40 less than 250 pounds at the outer end 41 d. Molded in 1 piece of U.L. listed glass reinforced nylon 42 e. Secured to the manhole and walls using drilled epoxy anchoring system, with 43 316 stainless steel bolts CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 26 05 43 -4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 1 f. Arms vertically spaced not greater than 24 inches on center 2 2. Pulling irons 3 a. Copolymer polypropylene coated 1/2 inch diameter cable 4 b. Rated pulling strength: 7500 lbs 5 c. Polyethylene pulling iron pocket 6 d. Manholes: Recessed in wall opposite each duct entry 7 e. Handholes: Located near center of handhole floor 8 3. Ladders 9 a. Fiberglass reinforced plastic 10 b. Safety yellow 11 c. 18 inch rung width 12 d. 12 inch rung spacing 13 e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the 14 underground system 15 H. Polyethylene Warning Tape 16 1. Red polyethylene film 17 2. 2 inches minimum width 18 3. Embedded metallic wire for location tracing 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Field verify the routing of all underground duct banks before placement 26 2. Modify the routing to avoid underground utilities or above ground objects 27 3. Provide any alternate routing of the duct banks to the City for approval before 28 installation 29 3.3 TRENCH EXCAVATION 30 A. Provide suitable room for installing manholes, handholes, ducts and appurtenances 31 B. Furnish and place all sheeting, bracing and supports. 32 C. Excavate material of every description and of whatever substance encountered. 33 D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before 34 excavating 35 E. Refer to Section 33 05 10. 36 3.4 INSTALLATION 37 A. Trench Excavation 38 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 .. 19 20 21 22 23 24 25 26 i MP M MR 27 28 29 30 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 2. Furnish and place all sheeting, bracing and supports. 3. Excavate material of every description and of whatever substance encountered in conformance with Section 33 05 10. 4. Pavement a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5. Trenching and Compaction shall be in accordance with Section 33 05 10. B. Special Techniques 1. Changes of direction a. Less than 20 degrees 1) Use hotbox, strictly in conformance with the conduit manufacturer's instructions b. Greater than 20 degrees 1) Use long radius bends 2. Minimum raceway size between manholes or handholes shall be 2 inches C. Slopes 1. Install raceways to drain away from buildings. 2. Install raceways between manholes or handholes to drain toward the manholes or handholes. 3. Slopes a. At least 3 inches per 100 feet D. Lay raceway lines in trenches on sand bedding. E. Plastic spacers 1. Not more than 4 feet apart 2. Provide not less than 2 inch clearance between raceways. F. Raceway banks cover: 24 inches G. Raceway terminations at manholes: Terminator for PVC conduit H. Blank duct plugs 1. Use to seal the ends of all unused ducts in the duct system 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the underground system 31 I. Raceways entering or exiting the underground system, rising to higher elevation 32 1. Seal at higher elevation before and after the installation of cables 33 2. No entry of water or moisture to the Underground System at any time 34 J. Complete duct system before pulling any wire. 35 K. Swab all raceways clean before installing cable. 36 L. Cables in manholes and handholes 37 1. Train, support and restrain on cable racks. 38 2. Route cables passing duct entrances above all duct entrances. 39 3. Do not route cable in front of or below duct bank entrances. 40 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 260543-6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 1 M. Tag all underground conduits at all locations exiting and entering from underground, 2 including manholes and handholes 3 3.5 REPAIR / RESTORATION 4 A. Remove and replace sub grade soils which become soft, loose or otherwise 5 unsatisfactory as a result of inadequate excavation, dewatering or other trenching 6 methods, using gravel fill. 7 B. Existing pavement 8 1. Saw cut and repair existing pavements above new and modified existing duct 9 banks. 10 2. Cut along straight lines. 11 3. Replace pavement with the same type and quality of the existing paving. 12 C. Grassy areas 13 1. Remove and replace sod, or 14 2. Loam and reseed surface 15 3.6 RE -INSTALLATION 16 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. Backfilling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Common fill material b. Void of rock or other non -porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of ± 4 percent e. Mounded 6-inches above existing grade 3. Existing grass, loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. Paved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of t 3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 20 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required compaction 6. Do not place bituminous paving in backfill. 7. Do not use water jetting as a means of consolidating or compacting backfill. 8. Road surfaces a. Broom and hose -clean immediately after backfilling b. Employ dust control measures at all times. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 260543-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 1 3.7 CLEANING 2 A. Remove all rubbish and debris from inside and around the underground system. 3 B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 4 hndholes and structures, using brushes, vacuum cleaner or clean, lint free rags. 5 C. Do not use compressed air. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 .s .,. MW M 4M i 31 10 00 - 1 SITE CLEARING Page 1 of 5 1 SECTION 3110 00 2 SITE CLEARING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 3. Section 02 41 13 — Selective Site Demolition 17 4. Section 02 41 14 — Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees, structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2. Tree Removal 32 a. Measurement 33 1) Measurement for this Item shall be per each. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each "Tree Removal" for: 37 a) Various caliper ranges 38 c. The price bid shall include: 39 1) Pruning of designated trees and shrubs 40 2) Removal and disposal of structures and obstructions 41 3) Grading and backfilling of holes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 1.3 23 1.4 24 25 26 27 28 29 30 31 32 33 34 35 36 37 311000-2 SITE CLEARING Page 2 of 5 4) Excavation 5) Fertilization 6) Clean-up 3. Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporary location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up REFERENCES [NOT USED] ADMINSTRATIVE REQUIREMENTS A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits when required by the City Ordinance No. 18615-05-2009. B. Preinstallation Meetings 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 40 1.11 FIELD CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 ma i 311000-3 SITE CLEARING Page 3 of 5 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. All trees identified to be protected and/or preserved should be clearly flagged with 7 survey tape. 8 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 9 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 10 saved. 11 3.4 INSTALLATION 12 A. Protection of Trees 13 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 14 Refer to the Drawings for tree protection details. 15 2. If the Drawings do not provide tree protection details, protected trees shall be 16 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 17 the corners located on the canopy drip line, unless instructed otherwise. 18 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 19 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/2 20 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 21 form the enclosure. 22 4. Do not park equipment, service equipment, store materials, or disturb the root area 23 under the branches of trees designated for preservation. 24 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 25 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 26 the tree. 27 6. Trees and brush shall be mulched on -site. 28 a. Burning as a method of disposal is not allowed. 29 B. Hazardous Materials 30 1. The Contractor will notify the Engineer immediately if any hazardous or 31 questionable materials not shown on the Drawings are encountered. This includes; 32 but not limited to: 33 a. Floor tiles 34 b. Roof tiles 35 c. Shingles 36 d. Siding 37 e. Utility piping 38 2. The testing, removal, and disposal of hazardous materials will be in accordance 39 with Division 1. 40 C. Site Clearing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1. 2011 West Berry Streetscape Improvements City Project No. 00407 31 1000-4 SITE CLEARING Page 4 of 5 1 1. Clear areas shown on the Drawings of all obstructions, except those landscape 2 features that are to be preserved. Such obstructions include, but are not limited to: 3 a. Remains of buildings and other structures 4 b. Foundations 5 c. Floor slabs 6 d. Concrete 7 e. Brick 8 f. Lumber 9 g. Plaster 10 h. Septic tank drain fields I 1 i. Abandoned utility pipes or conduits 12 j. Equipment 13 k. Trees 14 1. Fences 15 in. Retaining walls 16 n. Other items as specified on the Drawings 17 2. Remove vegetation and other landscape features not designated for preservation, 18 whether above or below ground, including, but not limited to: 19 a. Curb and gutter 20 b. Driveways 21 c. Paved parking areas 22 d. Miscellaneous stone 23 e. Sidewalks 24 f. Drainage structures 25 g. Manholes 26 h. Inlets 27 i. Abandoned railroad tracks 28 j. Scrap iron 29 k. Other debris 30 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 31 maintain traffic and drainage in accordance with Section 02 41 14. 32 4. In areas receiving embankment, remove obstructions not designated for 33 preservation to 2 feet below natural ground. 34 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 35 6. In all other areas, remove obstructions to 1 foot below natural ground. 36 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 37 off to ground level. 38 a. Removal of existing structures shall be as per Section 02 41 13. 39 D. Disposal 40 1. Dispose of all trees within 24 hours of removal. 41 2. All materials and debris removed becomes the property of the Contractor, unless 42 otherwise stated on the Drawings. 43 3. The Contractor will dispose of material and debris off -site in accordance with local, 44 state, and federal laws and regulations. 45 3.5 REPAIR [NOT USED] 46 3.6 RE -INSTALLATION [NOT USED] CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1.2011 1 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 IRevision Log DATE NAME SUMMARY OF CHANGE 11 311000-5 SITE CLEARING Page 5 of 5 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i .W nn 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 4 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation evolving the excavation of on -site materials. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 3. Section 3124 00 — Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the cubic yard in its final position using 24 the average end area method. Limits of measurement 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 3. The price bid shall include: 37 a. Excavation 38 b. Excavation Safety 39 c. Drying 40 d. Dust Control 41 e. Reworking or replacing the over excavated material in rock cuts 42 f. Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 312316-2 UNCLASSIFIED 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 REFERENCES [NOT USED] 5 A. Definitions 6 1. Unclassified Excavation — Without regard to materials, all excavations shall be 7 considered unclassified and shall include all materials excavated. Any reference to 8 Rock or other materials on the Drawings or in the specifications is solely for the 9 City and the Contractor's information and is not to be taken as a classification of 10 the excavation. 11 1.4 ADMINSTRATIVE REQUIREMENTS 12 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 13 01. 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 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 2. All excavation and related sheeting and bracing shall comply with the requirements 23 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Storage 26 1. Within Existing Rights -of -Way (ROW) 27 a. Soil may be stored within existing ROW, easements or temporary construction 28 easements, unless specifically disallowed in the Contract Documents. 29 b. Do not block drainage ways, inlets or driveways. 30 c. Provide erosion control in accordance with Section 3125 00. 31 d. When the Work is performed in active traffic areas, store materials only in 32 areas barricaded as provided in the traffic control plans. 33 e. In non -paved areas, do not store material on the root zone of any trees or in 34 landscaped areas. 35 2. Designated Storage Areas 36 a. If the Contract Documents do not allow the storage of spoils within the ROW, 37 easement or temporary construction easement, then secure and maintain an 38 adequate storage location. 39 b. Provide an affidavit that rights have been secured to store the materials on 40 private property. 41 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH West Berry Streetscape Lnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 d. Do not block drainage ways. 2 1.11 FIELD CONDITIONS 3 A. Existing Conditions 4 1. Any data which has been or may be provided on subsurface conditions is not 5 intended as a representation or warranty of accuracy or continuity between soils. It 6 is expressly understood that neither the City nor the Engineer will be responsible 7 for interpretations or conclusions drawn there from by the Contractor. 8 2. Data is made available for the convenience of the Contractor. 9 1.12 WARRANTY [NOT USED] i 10 PART 2 - PRODUCTS [NOT USED] 11 2.1 OWNER -FURNISHED [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS ' 13 A. Materials 14 1. Unacceptable Fill Material 15 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 16 D2487 MW oft MR i 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [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 properly 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 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 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 3124 00 to replace the over excavated at no additional cost to City. H. Earth Cuts i 1. Excavate to finish subgrade 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 3124 00 to replace the over excavated at no additional cost to City. 3. Manipulate and compact subgrade in accordance with Section 3124 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances 1. Excavate to within 0.1 foot in all directions. 2. In areas of over excavation, Contractor provides fill material approved by the City at no expense to the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION — Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 Wft i i -. rdb i i i 312323-1 BORROW Page 1 of 4 1 SECTION 3123 23 2 BORROW 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 3. Section 3124 00 — Embankments 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Borrow 16 a. Measurement 17 1) Measurement for this Item shall be by the cubic yard of loose Borrow 18 material as delivered to the Site and recorded by truck ticket provided to the 19 City. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" will be paid for at the unit 23 price bid per cubic yard of `Borrow" delivered to the Site for: 24 a) Various Borrow materials 25 c. The price bid shall include: 26 1) Furnishing, placing, compacting and finishing Borrow 27 2) Hauling 28 3) Reworking 29 4) Disposal of excess or waste material 30 5) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. ASTM Standards 37 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 38 Purposes (Unified Soil Classification System) 39 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 40 Plasticity Index of Soils CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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-lbf/ft) 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 01 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 fill materials. 11 1.6 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 15 Contract Documents do not allow storage of materials in the right-of-way of the 16 easement. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE 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 1. 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 3125 00. 35 d. Store materials 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 .M MER M 7 1 rr 312323-3 BORROW Page 3 of 4 1 a. If the Contract Documents do not allow the storage of Borrow materials within 2 the ROW, easement or temporary construction easement, then secure and 3 maintain an adequate storage location. 4 b. Provide an affidavit that rights have been secured to store the materials on 5 private property. 6 c. Provide erosion control in accordance with Section 31 25 00. 7 d. Do not block drainage ways. 8 e. Only materials used for 1 working day will be allowed to be stored in the work 9 zone. 10 1.11 FIELD CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [NOT USED] 14 2.2 PRODUCT TYPES 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 1. Additional soil beneath pavements, roadways, foundations and other structures required to achieve the elevations shown on the Drawings. 2. 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 3. 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 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 5. 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 1/II 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 312323-4 BORROW Page 4 of 4 1 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2 2.4 ACCESSORIES [NOT USED] +� 3 2.5 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION i 5 3.1 INSTALLERS [NOT USED] i 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 INSTALLATION 9 A. All Borrow placement shall be performed in accordance to Section 3124 00. 10 3.5 REPAIR [NOT USED] 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL 13 A. Field quality control will be performed in accordance to Section 3124 00. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] .. 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 w West Berry Streetscape Improvements City Project No. 00407 i mft 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan <1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan > 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for "SWPPP >— 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics —Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 10 TXR 150000 11 4. TxDOT Departmental Material Specifications (DMS) 12 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 35 crumbling, flaking and eroding acceptable to the Engineer. 36 b. Provide the following: 37 1) Types 1, 2 and 4 Rock Filter Dams CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 PEN i OM i Oft p- i i am LSD i aft 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/2 9 inches x 3 '/ inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and corners 12 4) Minimum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 1. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds, per ASTM D4632 16 b. Puncture Strength of 135 pounds, per ASTM D4833 17 c. Mullen Burst Rate of 420 psi, per ASTM D3786 18 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 1. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 26 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 27 and injurious matter. 28 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds, per ASTM D4632 32 2) Puncture Strength of 120 pounds, per ASTM D4833 33 3) Mullen Burst Rate of 600 psi, per ASTM D3786 34 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 35 E. Embankment for Erosion Control 36 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. 38 F. Sandbags 39 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 41 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 45 inches thick. 46 Table 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent 2 G. Temporary Sediment Control Fence 3 1. Provide a net -reinforced fence using woven geo-textile fabric. 4 2. Logos visible to the traveling public will not be allowed. 5 a. Fabric 6 1) Provide fabric materials in accordance with DMS-6230, "Temporary 7 Sediment Control Fence Fabric." 8 b. Posts 9 1) Provide essentially straight wood or steel posts with a minimum length of 10 48 inches, unless otherwise shown on the Drawings. 11 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 12 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 13 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 14 foot. 15 c. Net Reinforcement 16 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 17 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 18 unless otherwise shown on the Drawings. 19 d. Staples 20 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED) 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Storm Water Pollution Prevention Plan 29 1. Develop and implement the project's Storm Water Pollution Prevention Plan 30 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 31 requirements. Prevent water pollution from storm water runoff by using and 32 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 33 discharges to the MS4 from the construction site. 34 B. Control Measures 35 1. Implement control measures in the area to be disturbed before beginning 36 construction, or as directed. Limit the disturbance to the area shown on the 37 Drawings or as directed. CITY OF FORT WORTH West Berry Streetscape improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 2. Control site waste such as discarded building materials, concrete truck washout 2 water, chemicals, litter and sanitary waste at the construction site. 3 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 4 sedimentation resulting from construction operations, the Engineer will limit the 5 disturbed area to that which the Contractor is able to control. Minimize disturbance 6 to vegetation. 7 4. Immediately correct ineffective control measures. Implement additional controls as 8 directed. Remove excavated material within the time requirements specified in the 9 applicable storm water permit. 10 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 11 temporary control measures, temporary embankments, bridges, matting, falsework, 12 piling, debris, or other obstructions placed during construction that are not a part of 13 the finished work, or as directed. 14 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 15 streambed. 16 D. Do not install temporary construction crossings in or across any water body without the 17 prior approval of the appropriate resource agency and the Engineer. 18 E. Provide protected 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 1. Perform work in accordance with the TPDES Construction General Permit 23 TXR150000. 24 2. When approved, sediments may be disposed of within embankments, or in areas 25 where the material will not contribute to further siltation. 26 3. Dispose of removed material in accordance with federal, state, and local 27 regulations. 28 4. Remove devices upon approval or when directed. 29 a. Upon removal, finish -grade and dress the area. 30 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 31 Drawings or directed. 32 5. The Contractor retains ownership of stockpiled material and must remove it from 33 the project when new installations or replacements are no longer required. 34 G. Rock Filter Dams for Erosion Control 35 1. Remove trees, brush, stumps and other objectionable material that may interfere 36 with the construction of rock filter dams. 37 2. Place sandbags as a foundation when required or at the Contractor's option. 38 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 39 specified, without undue voids. 40 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 41 upstream side over the aggregate and secure it to itself on the downstream side with 42 wire ties, or hog rings, or as directed. 43 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 44 otherwise directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 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 31 2500 -6 EROSION AND SEDIMENT CONTROL Page 6 of 9 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non -reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop -double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 d. Fabric and Net Splices 2 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced, unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. 5 2) Requirements for installation of used temporary sediment -control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 8 b) Fabric without excessive patching (more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1. Remove sediment, debris and litter as needed. 20 3.11 CLOSEOUT ACTIVITIES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE n CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 Part 2 of 2 dW on FM 4w M w O. FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF West Berry Streetscape Improvements City Project No. 00407 Betsy Price Mayor T.M. Higgins City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works 2011 500 W. 71h Street, Suite 1100 Fort Worth, TX 76102 / _ �P�E OF.TF. �1I :......................t:: i. MICHAEL R. HOBBS ........................... ++"°�• 1 8644 ' �+ •.••� N O 04-19-1 2 A09 : 47 IN om _ M AWL MR 4W 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 4 1 SECTION 32 01 17 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes flexible pavement repair to include but not limited to: 6 1. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any permanent asphalt pavement repair needed during the course of construction. 10 B. Deviations from City of Fort Worth Standards. 1 l 1. None. 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract. 15 2. Division 1 — General Requirements. 16 3. Section 03 34 16 — Concrete Base Material for Trench Repair. 17 4. Section 32 13 13 — Concrete Paving. 18 5. Section 32 12 16 — Asphalt Paving. 19 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill. 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement: 23 a. Asphalt Pavement Repair: measure by the linear foot based on defined width 24 and roadway classification specified per detail. 25 b. Asphalt Pavement Repair Beyond Defined Width: measure by the square yard 26 for asphalt pavement repair beyond the pay limits of the defined width of 27 Asphalt Pavement Repair by roadway classification specified per detail. 28 c. Extra Width Asphalt Pavement Repair: measure by the square yard for surface 29 repair (does not include base repair) by the specified thickness. 30 2. Payment: contract unit price bid for the work performed and all materials furnished. 31 1.3 REFERENCES [NOT USED] 32 A. Definitions 33 1. H.M.A.C. — Hot Mix Asphalt Concrete 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 36 37 w� 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Bevy Streetscape Improvements City Project No. 00407 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 4 1 2. The Transportation and Public Works Department will inspect the paving repair 2 after construction. 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.12 FIELD CONDITIONS 11 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 12 rising unless otherwise approved. 13 1.13 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED [NOT USED] 16 2.2 MATERIALS 17 A. Backfill: see Section 33 05 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 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 A. Surface Preparation: 30 1. Mark pavement cut for repairs for approval by the City. 31 2. CONTRACTOR and City meet prior to saw cutting to confirm limits of repairs. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 ift M i i 1 3.4 INSTALLATION 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 4 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. Minimum of 12 inches outside the trench walls. c. If the existing flexible pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing paving to such gutter. 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base: Install replacement base material per detail.. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3. Depth: per detail. 4. Place surface mix in lifts not to exceed three inches. 5. Last or top lift shall not be less than two inches thick. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 West Berry Streetscape Improvements City Project No. 00407 1 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 4 DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3201 18-1 TEMPORARY ASPHALT PAVING REPAIR Page] of 3 1 SECTION 32 01 18 2 TEMPORARY ASPHALT PAVING REPAIR -� 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for 7 total reconstruction under a Capital Improvement Program or resurfacing under a 8 Street Maintenance Program. 9 2. Repairs of damage caused by CONTRACTOR. 10 3. Any other temporary pavement repair needed during the course of construction. 11 B. Deviations from City of Fort Worth Standards. 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 15 Contract. 16 2. Division 1 - General Requirements. 17 3. Section 32 1123 - Flexible Base Courses. 18 4. Section 32 12 16 - Asphalt Paving. 19 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill. 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement: 23 a. Temporary Asphalt Paving Repair: measure by the linear foot. 24 2. Payment: Contract unit price bid for the work performed and all materials 25 furnished. No payment for repairs of damage to adjacent pavement caused by 26 Contractor. 27 1.3 REFERENCES 28 A. Definitions 29 1. H.M.A.C. — Hot Mix Asphalt Concrete - 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Permitting 32 1. Obtain Street Use Permit to make utility cuts in 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3201 18 - 2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees F or higher and rising unless otherwise approved. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. Backfill: see Section 33 05 10. B. Base Material: 1. Flexible Base: Use existing base and add new flexible base as required in accordance with Section 32 11 23. C. Asphalt Concrete: See Section 32 12 16. 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Removal: 1. Use an approved method that produces a neat edge. 2. Use care to prevent fracturing existing pavement structure adjacent to the repair area. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 MR 3201 18 - 3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 3 1 B. Base 2 1. Install flexible base material per detail. f 3 2. See Section 32 1123. 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 [REPAIR]/[RESTORATION] [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] ` 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 r. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00407 OM Revised July 1, 2011 z 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 0129 CONCRETE PAVING REPAIR 320129-1 CONCRETE PAVING REPAIR Pagel of 4 5 A. Section includes concrete pavement repair to include but not limited to: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any other concrete pavement repair needed during the course of construction. 10 B. Deviations from City of Fort Worth Standards 11 1. None. 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 14 Contract. 15 2. Division 1 - General Requirements. 16 3. Section 32 01 18 - Temporary Asphalt Paving Repair. 17 4. Section 32 12 16 - Asphalt Paving. 18 5. Section 32 13 13 - Concrete Paving. 19 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill. 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment: 22 1. Measurement: 23 a. Concrete Pavement Repair: measure by the square yard per thickness and type. 24 a) Limits of repair based on the time of service of the existing pavement 25 as determined by ENGINEER. 26 (1) 10 years or less: repair entire panel. 27 (2) Greater than 10 years: repair to limits per plans. 28 2. Payment: contract unit price bid for the work performed and all materials including 29 base material 30 1.3 REFERENCES [NOT USED] 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Permitting: 33 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 34 and Public Works Department in conformance with current ordinances. 35 2. Transportation and Public Works Department will inspect paving repair after 36 construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Concrete Mix Design: submit for approval. Section 32 13 13. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place concrete as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Embedment and Backfill: see Section 33 05 10. B. Base material: Concrete base: see Section 32 13 13. C. Concrete: see Section 32 13 13. 1. Concrete paving: Class P or Class HES. 2. Replace concrete to the specified thickness. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support traffic. 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface. a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 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 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTALLATION A. Sawing: 1. General: a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment: a. Power -driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or facture concrete adjacent to the repair area. 3. Repairs: In true and straight lines to dimensions shown on the plans. 4. Utility Cuts: a. In a true and straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: 1. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area. C. Base: per detail. D. Concrete Paving: 1. Concrete placement: in accordance with Section 32 13 13. 2. Reinforce concrete replacement: per detail. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 West Berry Streetscape Improvements City Project No. 00407 3201 29 - 4 CONCRETE PAVING REPAIR Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE r� CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 ' ` 1 2 SECTION 32 1123 FLEXIBLE BASE COURSES 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 3 PART1- GENERAL 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 constructed in one or more courses in conformity with the typical section. 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 A. Measurement and Payment 16 1. Measurement: measured by the square yard of the required depth per plan of 17 completed flexible base course by type and gradation. 18 2. Payment: based on the work performed and materials placed and includes full 19 compensation for: 20 a. preparation and correction of subgrade 21 b. furnishing of material 22 c. hauling 23 d. blading 24 e. sprinkling 25 f. compacting 26 g. and furnishing all labor and equipment necessary to complete the work. 27 1.3 REFERENCES 28 A. Definitions 29 1. RAP — Recycled Asphalt Pavement. 30 B. Reference Standards 31 1. Reference standards cited in this specification refer to the current reference standard 32 published at the time of the latest revision date logged at the end of this 33 specification, unless a date is specifically cited. 34 2. ASTM International (ASTM): 35 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 36 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 37 3. Texas Department of Transportation (TXDOT): 38 a. Tex- 104-E, Determining Liquid Limits of Soils 39 b. Tex- 106-E, Calculating the Plasticity Index of Soils 40 c. Tex- 107-E, Determining the Bar Linear Shrinkage of Soils 41 d. Tex- 110-E, Particle Size Analysis of Soils CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 7� 32 It 23 -2 FLEXIBLE BASE COURSES Page 2 of 7 1 e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible 2 Base Material 3 f. Tex- 117-E, Triaxial Compression for Disturbed Soils and Base Materials 4 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 5 Sulfate 6 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 18 2.2 MATERIALS 19 A. General 20 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 21 the plans and specifications. 22 2. Obtain materials from approved sources. 23 3. Notify City of changes to material sources. 24 4. The City may sample and test project materials at any time before compaction 25 throughout the duration of the project to assure specification compliance. 26 B. Aggregate 27 1. Furnish aggregate of the type and grade shown on the plans and conforming to the 28 requirements of Table 1. 29 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and 30 wet ball mill for the grade specified. 31 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify 32 aggregates to meet the requirements of Table 1, unless shown on the plans. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 m i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 32 11 23 -3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Requirements Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) 2-1/2 in. I I — 0 1-3/4 in. I I 0 0-10 7/8 in. I Tex- 110-E I 10-35 — 3/8 in. I I 30-50 — No.4 I I 45-65 45-75 No. 40 70-85 60-85 Liquid limit, % max.' Tex-104-E 35 j 40 1 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, % max.' 1 40 45 Wet ball mill, % max. Tex -I 16-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 plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the plans, test material in accordance with Tex4l1-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the plans. 4. Material Tolerances: a) The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b) When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c) The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a) Do not use fillers or binders unless approved. b) Furnish the type specified on the plans in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20% RAP by weight unless shown on plans. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 I c) The City may require separate dedicated stockpiles in order to verify 2 compliance. 3 d) Crushed concrete must meet the following requirements: 4 (1) Table 1 for the grade specified. 5 (2) Recycled materials must be free from reinforcing steel and other 6 objectionable material and have at most 1.5 percent deleterious 7 material when tested in accordance with TEX-413-A. 8 C. Water 9 1. Furnish water free of industrial wastes and other objectionable matter. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. 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 uniform 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 -uniform. 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ` 37 38 39 40 41 42 43 44 45 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers: a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the plans, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in two or more courses of equal thickness. 5. Minimum lift depth: 3 inches. 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction 1. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 11 23-6 FLEXIBLE BASE COURSES Page 6 of 7 1 b. On superelevated curves, begin rolling at the low side and progress toward the 2 high side. 3 c. Offset alternate trips of the roller. 4 d. Operate rollers at a speed between 2 and 6 mph as directed. 5 e. Rework, recompact, and refinish material that fails to meet or that loses 6 required moisture, density, stability, or finish before the next course is placed or 7 the project is accepted. 8 f. Continue work until specification requirements are met. 9 g. Proof roll the compacted flexible base in accordance with the following: 10 1) Proof Rolling 11 a) City Project Representative must be on -site during proof rolling 12 operations. 13 b) Use equipment that will apply sufficient load to identify soft spots that 14 rut or pump. 15 (1) Acceptable equipment includes fully loaded single -axle water truck 16 with a 1500 gallon capacity. 17 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 18 d) Offset each trip by at most 1 tire width. 19 e) If an unstable or non -uniform area is found, correct the area. 20 2) Correct 21 a) Soft spots that rut or pump greater than 3/4 inch. 22 b) Areas that are unstable or non -uniform. 23 3. Tolerances 24 a. Maintain the shape of the course by blading. 25 b. Completed surface shall be smooth and in conformity with the typical sections 26 shown on the plans to the established lines and grades. 27 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 28 inch in cross section in length greater than 16 feet measured longitudinally by 29 loosening, adding or removing material. Reshape and recompact by sprinkling 30 and rolling. 31 d. Correct all fractures, settlement or segregation immediately by scarifying the 32 areas affected, adding suitable material as required. Reshape and recompact by 33 sprinkling and rolling. 34 e. Should the subbase or base course, due to any reason, lose the required 35 stability, density and finish before the surfacing is complete, it shall be 36 recompacted at the sole expense of the CONTRACTOR. 37 4. Density Control. 38 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 39 b. Moisture content: minus 2 to plus 4 of optimum. 40 E. Finishing 41 1. After completing compaction, clip, skin, or tight -blade the surface with a 42 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 43 2. Remove loosened material and dispose of it at an approved location. 44 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 45 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 r� Mob Mft • w UM 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 1 6. In areas where surfacing is to be placed, correct grade deviations greater 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 3A.C. 6 3.5 [REPAIR]/[RESTORATION] [NOT USED] 7 3.6 RE -INSTALLATION [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 Representative when flexible base ready for 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 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 JW 23 24 25 �F Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 1129 LIME TREATED BASE COURSES 321129-1 LIME TREATED BASE COURSES Page 1 of 9 5 A. Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, 7 mixing and compacting the mix material to the required density. 8 2. Item applies to the natural ground, embankment, existing pavement; base or 9 subbase courses placed and shall conform to the typical section, lines and grades 10 shown on the plans. 11 B. Deviations from City of Fort Worth Standards 12 1. None 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 3123 23 - Fill 17 4. Section 32 11 23 - Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 32 11 29-2 LIME TREATED BASE COURSES Page 2 of 9 1 1) preparing the roadbed, 2 2) loosening, pulverizing application of lime, water content in the slurry 3 mixture and the mixing water 4 3) mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 5 4) for manipulations required 6 5) and for all labor, equipment, fuels, tools and incidentals necessary to 7 complete the work. 8 1.3 REFERENCES 9 A. Definitions 10 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 11 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 12 delivered to a project in slurry form. 13 3. Quicklime: dry material consisting of calcium oxide furnished in either of two 14 grades: 15 a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of 16 slurry for wet placing. 17 b. Grade S — finely graded quicklime for use only in the preparation of slurry for 18 wet placing. 19 B. Reference Standards 20 1. Reference standards cited in this specification refer to the current reference standard 21 published at the time of the latest revision date logged at the end of this 22 specification, unless a date is specifically cited. 23 2. ASTM International (ASTM): 24 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 25 Soil Using Standard Effort (12 400 ft-lbf/0 (600 kN-m/m3)) 26 b. D6938, Standard Test Method for In -Place Density and Water Content of Soil 27 and Soil -Aggregate by Nuclear Methods (Shallow Depth) 28 3. Texas Department of Transportation (TXDOT): 29 a. Tex- 101-E, Preparing Soil and Flexible Base Materials for Testing 30 b. Tex-140-E, Measuring Thickness of Pavement Layer 31 c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and 32 Commercial Lime Slurry 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 ACTION SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY AND STORAGE 40 A. Truck Delivered Lime 41 1. Each truck ticket shall bear the weight of lime measured on certified scales. 42 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 43 delivery of lime to the site. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 321129-3 LIME TREATED BASE COURSES Page 3 of 9 1 1.11 SITE CONDITIONS 2 A. Start lime application only when the air temperature is at least 35°F and rising or is at 3 least 40°F. Measure temperature in the shade and away from artificial heat. 4 B. Suspend application when the City determines that weather conditions are unsuitable. 5 1.12 WARRANTY [NOT USED] 6 PART2- PRODUCTS 7 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 8 2.2 MATERIALS 9 A. General 10 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 11 the plans and specifications. 12 2. Notify the City of the proposed material sources and of changes to material sources. 13 3. Obtain verification from the City that the specification requirements are met before 14 using the sources. 15 4. The City may sample and test project materials at any time before compaction. 16 B. Lime 17 1. Hydrated Lime 18 a. pumpable suspension of solids in water 19 b. solids portion of the mixture when considered as a basis of "solids content," 20 shall consist of principally hydrated lime of a quality and fineness sufficient to 21 meet the chemical and physical requirements. 22 2. Dry Lime: Do not use unless approved by City. 23 3. Quicklime 24 a. Use quicklime only when specified by the City. 25 b. dry material consisting of essentially calcium oxide. 26 c. Furnished in either of two grades: 27 1) Grade DS 28 2) Grade S 29 4. Furnish lime that meets the following requirements 30 a. Chemical Requirements 31 Table 2 32 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry Total "active" lime 90.0 Min 87.0 Min content, percent by weight Unhydrated lime 5.0 Max 87.0 Min content, percent by weight CaO Free Water" 5.0 Max content, percent by weight water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 Am 1 b. Physical Requirements 2 Table 3 3 Lime Physical Requirements Hydrated Commercial Lime Lime Slurry 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 Wet Sieve Requirement, As percentage by Weight Residue: 321129-4 LIME TREATED BASE COURSES Page 4 of 9 Quicklime Retained on No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 3/4 —in sieve 10.0 Max Retained on a No. 100 Grade Ds — 80 Min sieve Grade S — no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' I The amount total "active" time content, as CaO, in the material retained on ne No. 6 sieve must not exceed 2.0% by weight of the original quicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry Grade 1 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 1126, 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 3123 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 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i paq f r.. 321129-5 LIME TREATED BASE COURSES Page 5 of 9 1 a. uniform lime mixture, free from loose or segregated areas. 2 b. uniform density and moisture content. 3 c. well bound for full depth. 4 d. with smooth surface and suitable for placing subsequent courses. 5 2. Maximum layer depth of lime treatment in single layer: 8 inches. 6 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact 7 and finish in equal layers not exceeding 5 inches deep. 8 B. Equipment 9 1. General: Provide machinery, tools, and equipment necessary for proper execution 10 of the work. 11 2. Rollers: 12 a. The CONTRACTOR may use any type of roller to meet the production rates 13 and quality requirements of the Contract unless otherwise shown on the plans 14 or directed. 15 b. When specific types of equipment are required, use equipment that meets the 16 specified requirements. 17 c. Alternate Equipment. 18 1) Instead of the specified equipment, the CONTRACTOR may, as approved, 19 operate other compaction equipment that produces equivalent results. 20 2) Discontinue the use of the alternate equipment and furnish the specified 21 equipment if the desired results are not achieved. 22 d. City may require CONTRACTOR to substitute equipment if production rate 23 and quality requirements of the Contract are not met. 24 3. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof 25 containers. 26 4. Slurry Equipment. 27 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 28 quicklime on the project or other approved location. 29 b. The City may approve other slurrying methods. 30 c. Provide a pump for agitating the slurry when the distributor truck is not 31 equipped with an agitator. 32 5. Pulverization Equipment. 33 a. Provide pulverization equipment that: 34 1) cuts and pulverizes material uniformly to the proper depth with cutters that 35 plane to a uniform surface over the entire width of the cut, 36 2) provides a visible indication of the depth of cut at all times, and uniformly 37 mixes the materials. 38 C. Pulverization. 39 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 40 1 /2 inch sieve. 41 2. If the material cannot be uniformly processed to the required depth in a single pass, 42 excavate and windrow the material to expose a secondary grade to achieve 43 processing to plan depth. 44 D. Application of Lime. 45 1. Uniformly apply lime as shown on the plans or as directed. 46 2. Add lime at the percentage specified in plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 32 11 29-6 LIME TREATED BASE COURSES Page 6 of 9 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5. Slurry Placement. a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, commercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the plans 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing. 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 homogeneous, 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 stabilization depth specified. 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. 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 9. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 11. After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 5. Table 5 Gradation Requirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 321129-7 LIME TREATED BASE COURSES Page 7 of 9 F. Compaction. 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary 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 rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. 3. Reworking a Section. a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 r_= 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 32It 29-8 LIME TREATED BASE COURSES Page 8 of 9 c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. H. Finishing. 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the lime -treated material with a maintainer or subgrade trimmer to a depth of approximately 1 /4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. I. Curing. 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement: 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement: 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Table 6 Minimum Curing Requirements Before Placing Subsequent Courses' Untreated Material Curing (Days) PI<_35 2 PI > 35 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 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 D6938. 35 3. Spacing directed by City (1 per block minimum). 36 4. City Project Representative determines density testing locations. 37 B. Depth Test 38 1. In -place depth will be evaluated for each 500-foot roadway section CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1 2. Determine in accordance with Tex-140-E in hand excavated holes. 2 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 3 4. City Project Representative determines depth testing locations. 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] -� 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Ms Revised July 1, 2011 r, i i a 32 12 16-1 ASPHALT PAVING Page 1 of 23 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PART1- GENERAL 5 A. Construct a pavement layer composed of a compacted, dense -graded mixture of 6 aggregate and asphalt binder for surface or base courses. 7 B. Standard Detail 8 1. H.M.A.C. Pavement Construction Details 9 C. Deviations from City of Fort Worth Standards 10 1. None 11 D. Related Specification Sections include but are not necessarily limited to 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 32 01 17 - Permanent Asphalt Paving Repair 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and 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 final 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 fine grading the roadbed 30 b. furnishing, loading and unloading, storing, hauling and handling all materials 31 including all freight 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. 39 1.3 REFERENCES 40 A. -Abbreviations and Acronyms CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 12 16 - 2 ASPHALT PAVING Page 2 of 23 2 2. 3 3. 4 4. 5 5. 6 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 RAP (reclaimed asphalt pavement) SAC (surface aggregate classification) BRSQC (Bituminous Rated Source Quality Catalog) AQMP (Aggregate Quality Monitoring Program) H.M.A.C. (Hot Mix Asphalt Concrete) WMA (Warm Mix Asphalt) B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. National Institute of Standards and Technology (MIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices 3. ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) 5. Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the 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 f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 Ift i oft a 321216-3 ASPHALT PAVING Page 3 of 23 1 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 2 s. Tex 460-A, Determining Crushed Face Particle Count 3 t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 4 u. Sulfate 5 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 6 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified 7 Asphalt Systems 8 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 9 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales 10 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 11 aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 ACTION SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 15 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 20 1.11 FIELD CONDITIONS 21 A. Weather Conditions 22 1. Place mixture when the roadway surface temperature is equal to or higher than the 23 temperatures listed in Table 1. 24 Table 1 25 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 50 PG 70 551 601 PG 76 or higher 601 601 26 'Contractors may pave at temperatures 10°F lower than the values shown in Table 1 27 when utilizing a paving process including WMA or equipment that eliminates thermal 28 segregation. In such cases, the contractor must use either a hand held thermal camera 29 or a hand held infrared thermometer operated in accordance with Tex-244-F to 30 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 31 10' F of thermal segregation. 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 12 16-4 ASPHALT PAVING Page 4 of 23 1 2. Unless otherwise shown on the plans, place mixtures only when weather conditions 2 and moisture conditions of the roadway surface are suitable in the opinion of the 3 City. 4 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 8 2.2 MATERIALS 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. General: 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. 4. When the CONTRACTOR makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth of the compacted lift should be at least two times the nominal maximum aggregate size. B. Aggregate. General: a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the plans. e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. i. Document all test results on the mixture design report. j. The City may perform tests on independent or split samples to verify CONTRACTOR test results. k. Stockpile aggregates for each source and type separately and designate for the City. 1. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part II. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 321216-5 ASPHALT PAVING _ Page 5 of 23 Table 2 Aggregate Quality Requirements Property I Test Method Requirement Coarse Aggregate SAC AQMP As shown on plans Deleterious material, percent, max Tex-217-F, Part I 1.5 Decantation, percent, max Tex-217-F, Part II 1.5 (Micro-Deval abrasion, percent, max Tex-461-A Note 1 Los Angeles abrasion, percent, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent, max Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, s percent, min Tex 460-A, Part I 85 Flat and elongated particles @ 5: 1, percent, max Tex-280-F 10 Fine Aggregate Linear shrinkage, percent, max I Tex-107-E 3 Combined Aggre ate Sand equivalent, percent, min Tex-203-F 45 1. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 2 m. Coarse Aggregate. 3 1) Coarse aggregate stockpiles must have no more than 20 percent material 4 passing the No. 8 sieve. 5 2) Maximum aggregate size should not be over half of the proposed lift depth 6 to prevent particle on particle contact issues. 7 3) Provide aggregates from sources listed in the BRSQC. 8 4) Provide aggregate from nonlisted sources only when tested by the City 9 and/or approved before use. 10 5) Allow 30 calendar days for the City to sample, test, and report results for 11 nonlisted sources. 12 6) Class B aggregate meeting all other requirements in Table 2 may be 13 blended with a Class A aggregate in order to meet requirements for Class A 14 materials. 15 7) When blending Class A and B aggregates to meet a Class A requirement, —. 16 ensure that at least 50 percent by weight of the material retained on the 17 No. 4 sieve comes from the Class A aggregate source. 18 8) Blend by volume if the bulk specific gravities of the Class A and B 19 aggregates differ by more than 0.300. 20 9) When blending, do not use Class C or D aggregates. 21 10) For blending purposes, coarse aggregate from RAP will be considered as 22 Class B aggregate. 23 11) Provide coarse aggregate with at least the minimum SAC shown on the 24 plans. 25 12) SAC requirements apply only to aggregates used on the surface of travel 26 lanes, unless otherwise shown on the plans. 27 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 28 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 32 12 16-6 ASPHALT PAVING Page 6 of 23 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise shown on the plans. 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch sieve. 4) RAP from either CONTRACTOR or City, including RAP generated during the project, is permitted only when shown on the plans. 5) City -owned RAP, if allowed for use, will be available at the location shown on the plans. 6) When RAP is used, determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RAP when shown on the plans. 8) When RAP is allowed by plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the plans. 9) Do not use RAP contaminated with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. 12) Determine the plasticity index using Tex- 106-E if the decantation value exceeds 5percent. 13) The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 14) Do not intermingle CONTRACTOR -owned RAP stockpiles with City - owned RAP stockpiles. 15) Remove unused CONTRACTOR -owned RAP material from the project site upon completion of the project. 16) Return unused City -owned RAP to the designated stockpile location. o. Fine Aggregate. 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At most 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. 6) With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 321216-7 ASPHALT PAVING Page 7 of 23 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 M 1 2 2, Mineral Filler. Mineral filler consists of finely divided mineral matter such as 3 agricultural lime, crusher fines, 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 fillers. 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-lO7-E; and meets the gradation requirements in Table 4. ` 10 Table 4 11 Gradation Requirements 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 equipment 14 may be reintroduced into the mixing drum. i 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. M" a OM CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 4ft Revised July 1, 2011 32 12 16-8 ASPHALT PAVING Page 8 of 23 Table 5 Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 Property and Test Method -22 I -28 I -34 -16 ( -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 Average 7-day max pavement design temperature, °C' < 58 < 64 < 70 < 76 < 82 design °CI 28 16 22 28 22 16 28 28 Min pavement temperature, 22 34 34 16 28 34 22 34 16 22 ORIGINAL BINDER Flash point, T 48, Min, °C 230 Viscosity, T 316:2• 3 Max, 3.0 Paxs, test temperature, °C 135 Dynamic shear, T 315:" G*/sin(d), Min, 1.00 kPa Test temperature @ 10 rad/sec., °C 58 64 70 76 82 Elastic recovery, D 6084, 50°F, percent Min — — 30 — I - 1 30 1 50 — 1 30 1 50 1 60 30 1 50 1 60 1 70 50 1 60 1 70 ROLLING THIN-FILM OVEN (Tex-541-C) Mass loss, Tex-541-C, Max, percent 1 Dynamic shear, T 315: G*/sin(d), Min, 2.20 kPa 58 64 70 76 82 Test temperature @ 10 rad/sec., °C CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 1 1 I I I 1 I I I I 1 1 I 1 1 i t 1 32 12 16-9 ASPHALT PAVING Page 9 of 23 Table 5 (continued) Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 Property and Test Method -22 I -28 I -34 1 -16 I -22 I -28 ! -34 1 -16 I -22 I -28 I -34 1 -16 I -22 I -28 I -34 1 -16 I -22 I -28 PRESSURE AGING VESSEL (PAV) RESIDUE (R 28) PAV aging temperature, °C 100 Dynamic shear, T 315: 25 22 19 28 25 22 19 28 25 22 19 28 25 22 19 28 25 22 G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., °C Creep stiffness, T 313:," -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 S, max, 300 MPa, m-value, min, 0.300 Test temperature @ 60 sec., °C Direct tension, T 314:° -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 Failure strain, min, 1.0 percent Test temperature @ 1.0 mm/min., °C 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(d) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93, are acceptable for use. 6. if creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The rn-value requirement must be satisfied in both cases. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 32 12 16 - 10 ASPHALT PAVING Page 10 of 23 b. Separation testing is not required if: 1) a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, 2) the binder is blended on site in continuously agitated tanks, or binder acceptance is based on field samples taken from an in -line sampling port at the hot mix plant after the addition of modifiers. 5. Tack Coat: a. Unless otherwise shown on the plans or approved, furnish CSS-1 H, SS-1 H, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Section 2.2.A.5. 6. Additives. a. General: 1) When shown on the plans, use the type and rate of additive specified. 2) Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. b. Liquid Antistripping Agent. 1) Furnish and incorporate all required asphalt antistripping agents in asphalt concrete paving mixtures and asphalt -stabilized base mixtures to meet moisture resistance testing requirements. 2) Provide a liquid antistripping agent that is uniform and shows no evidence of crystallization, settling, or separation. 3) Ensure that all liquid antistripping agents arrive in: a) properly labeled and unopened containers, as shipped from the manufacturer, or b) sealed tank trucks with an invoice to show contents and quantities. c) Provide product information to the City including: (1) Material safety data sheet (2) Specific gravity of the agent at the manufacturer's recommended addition temperature, (3) Manufacturer's recommended dosage range, and (4) Handling and storage instructions. 4) Addition of lime or a liquid antistripping agent at the Mix Plant, incorporate into the binder as follows: a) Handle in accordance with the manufacturer's recommendations. b) Add at the manufacturer's recommended addition temperature. c) Add into the asphalt line by means of an in -line -metering device. c. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of meter 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. 7. Mixes a. Design Requirements: 1) Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables 2 through 8. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 ai Ma i M 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 321216-11 ASPHALT PAVING Page 11 of 23 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Fine Coarse Fine Size Base Surface Surface 1-1/2" — — — 1 " 98.0-100.0 — — 3/4" 84.0-98.0 95.0-100.0 — 1 /2" — — 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', percent Minimum — 13.0 1 14.0 15.0 Plant -Produced VMA, percent Minimum — 12.0 13.0 14.0 1. Voids in Mineral Aggregates. Table 7 Laboratory Mixture Design Properties Property Test Requirement Method Target laboratory -molded density, percent Tex-207-F 96.0' Tensile strength (dry), psi (molded to 93 2 percent f 1 percent density) Tex-226-F 85-200 Boil test' Tex-530-C — l. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is 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 275 degrees F. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 12 16 - 12 ASPHALT PAVING Page 12 of 23 1 d. When WMA is not required as shown on plans, produce an asphalt mixture ?� within the temperature range of 215 degrees F and 275 degrees 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 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 3.3 PREPARATION A. Hauling Operations 1. Before use, clean all truck beds to ensure mixture is not contaminated. 2. When a release agent is necessary to coat truck beds, use a release agent approved by the City. 3. Petroleum based products, such as diesel fuel, should not be used. 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or cover the truck bed with tarpaulin. 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover the truck bed with tarpaulin. 3.4 INSTALLATION A. Equipment. 1. General: a. Provide required or necessary equipment to produce, haul, place, compact, and core asphalt concrete pavement. b. Ensure weighing and measuring equipment complies with specification. c. Synchronize equipment to produce a mixture meeting the required proportions. 2. Production Equipment: a. Provide: 1) drum -mix type, weigh -batch, or modified weigh -batch mixing plants that ensure a uniform, continuous production; 2) automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions; 3) visible readouts indicating the weight or volume of asphalt and aggregate proportions; 4) safe and accurate means to take required samples by inspection forces; 5) permanent means to check the output of metering devices and to perform calibration and weight checks; 6) additive -feed systems to ensure a uniform, continuous material flow in the desired proportion. 3. Weighing and Measuring Equipment. a. General. 1) Provide weighing and measuring equipment for materials measured or proportioned by weight or volume. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 321216-13 ASPHALT PAVING Page 13 of 23 2) Provide certified scales, scale installations, and measuring equipment meeting the requirements of NIST Handbook 44, except that the required accuracy must be 0.4 percent of the material being weighed or measured. 3) Furnish leak -free weighing containers large enough to hold a complete batch of the material being measured. b. Truck Scales. 1) Furnish platform truck scales capable of weighing the entire truck or truck — trailer combination in a single draft. c. Aggregate Batching Scales. 1) Equip scales used for weighing aggregate with a quick adjustment at zero that provides for any change in tare. 2) Provide a visual means that indicates the required weight for each aggregate. d. Suspended Hopper. 1) Provide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales. 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. f. Asphalt Material Meter. 1) Provide an asphalt material meter with an automatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment purposes, ensure the accuracy of the meter is within 0.4 percent. 4) When used to measure component materials only and not for payment, ensure the accuracy of the meter is within 1.0 percent. g. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of meter 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 accordance 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 each stockpile of individual materials used to produce the mix; b) bins designed to prevent overflow of material; c) scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials; d) a feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer; e) an integrated means for moisture compensation; f) belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate; and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 32 12 16 - 14 ASPHALT PAVING Page 14 of 23 g) cold aggregate bin flow indicators that automatically signal interrupted material flow. b. Reclaimed Asphalt Pavement (RAP) Feed System. 1) Provide a separate system to weigh and feed RAP into the hot mix plant. c. Mineral Filler Feed System. 1) Provide a closed system for mineral filler that maintains a constant supply with minimal loss of material through the exhaust system. 2) Interlock the measuring device into the automatic plant controls to automatically adjust the supply of mineral filler to plant production and provide a consistent percentage to the mixture. d. Heating, Drying, and Mixing Systems. 1) Provide: a) a dryer 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 measures and records the mixture discharge temperature. e) Dust collection system to collect excess dust escaping from the drum. e. 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. f. 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, f) 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. g. Truck Scales. 1) Provide standard platform scales at an approved location. 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.13.4 "Drum -Mix Plants," except as required below. a. Screening and Proportioning. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 M" 321216-15 ASPHALT PAVING Page 15 of 23 1) Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. a) Supply bins that discard excessive and oversized material through overflow chutes. b) Provide safe access for inspectors to obtain samples from the hot bins. b. Aggregate Weigh Box and Batching Scales. 1) Provide a weigh box and batching scales to hold and weigh a complete batch of aggregate. 2) Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not sufficient to complete the batch. c. Asphalt Binder Measuring System. 1) Provide bucket and scales of sufficient capacity to hold and weigh binder for 1 batch. d. Mixer. 1) Equipment mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period. 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 6. 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) Aggregate control is required at the cold feeds. Hot bin screens are not required. b. Surge Bins. 1) Provide 1 or more bins large enough to produce 1 complete batch of mixture. c. Hauling Equipment. 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent from the City. d. Placement and Compaction Equipment. 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactory results may be used. 7. Asphalt Paver. a. General: 1) Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. 3) Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. 4) Equip the paver with an automatic, dual, longitudinal -grade control system and an automatic, transverse -grade control system. b. Tractor Unit. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 321216-16 ASPHALT PAVING Page 16 of 23 1 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed. 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile, typical section, and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference. 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1/16 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski, mobile string line, or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices. 22 a. Provide the specified type of device when shown on the plans. 23 b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt 24 paver. 25 c. When used, provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment. 28 a. When required, provide equipment that includes a pug mill, variable pitch 29 augers, or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader. 32 a. When allowed, provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 11. Handheld Infrared Thermometer. 35 a. Provide a handheld infrared thermometer meeting the requirements of 36 Tex-244-F. 37 12. Rollers. 38 a. The CONTRACTOR may use any type of roller to meet the production rates 39 and quality requirements of the Contract unless otherwise shown on the plans 40 or directed. 41 b. When specific types of equipment are required, use equipment that meets the 42 specified requirements. 43 c. Alternate Equipment. 44 1) Instead of the specified equipment, the CONTRACTOR may, as approved, 45 operate other compaction equipment that produces equivalent results. 46 2) Discontinue the use of the alternate equipment and furnish the specified 47 equipment if the desired results are not achieved. 48 d. City may require CONTRACTOR to substitute equipment if production rate 49 and quality requirements of the Contract are not met. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 32 12 16 - 17 ASPHALT PAVING Page 17 of 23 1 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles. 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns, spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. 11 f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment. 14 a. When coring is required, provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction. 17 1. Design, produce, store, transport, place, and compact the specified paving mixture 18 in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the plans, provide the mix design. 20 3. The City will perform quality assurance (QA) testing. 21 4. Provide quality control (QC) testing as needed to meet the requirements of this 22 Section. 23 C. Production Operations. 24 1. General. 25 a. The City may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to proceed after any production 27 suspension for noncompliance. 28 2. Operational Tolerances. 29 a. Stop production if testing indicates tolerances are exceeded on: 30 1) 3 consecutive tests on any individual sieve, 31 2) 4 consecutive tests on any of the sieves, or 32 3) 2 consecutive tests on asphalt content. 33 b. Begin production only when test results or other information indicate, to the 34 satisfaction of the City, that the next mixture produced will be within Table 9 35 tolerances. 36 3. Storage and Heating of Materials. 37 a. Do not heat the asphalt binder above the temperatures specified in Section 38 2.2.A. or outside the manufacturer's recommended values. 39 b. On a daily basis, provide the City with the records of asphalt binder and hot- 40 mix asphalt discharge temperatures in accordance with Table 10. 41 c. Unless otherwise approved, do not store mixture for a period long enough to 42 affect the quality of the mixture, nor in any case longer than 12 hours. 43 4. Mixing and Discharge of Materials. 44 a. Notify the City of the target discharge temperature and produce the mixture 45 within 25 degrees F of the target. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 321216 -18 ASPHALT PAVING Page 18 of 23 1 b. Monitor the temperature of the material in the truck before shipping to ensure 2 that it does not exceed 350 degrees F. The City will not pay for or allow 3 placement of any mixture produced at more than 350 degrees F. 4 c. Control the mixing time and temperature so that substantially all moisture is 5 removed from the mixture before discharging from the plant. 6 D. Placement Operations. 7 1. Place the mixture to meet the typical section requirements and produce a smooth, 8 finished surface or base course with a uniform appearance and texture. 9 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 10 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, 1 I or as directed. Ensure that all finished surfaces will drain properly. 12 4. When End Dump Trucks are used, ensure the bed does not contact the paver when 13 raised. 14 5. Placement can be performed by hand in situations where the paver cannot place it 15 adequately due to space restrictions. 16 6. Hand -placing should be minimized to prevent aggregate segregation and surface 17 texture issues. 18 7. All hand placement shall be checked with a straightedge or template before rolling 19 to ensure uniformity. 20 8. Place mixture within the compacted lift thickness shown in Table 9, unless 21 otherwise shown on the plans or allowed. 22 Table 9 23 Compacted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum Maximum (in.) (in.) B 2.00 3.00 C 2.00 2.50 i D 1.50 2.00 24 25 9. Tack Coat. 26 a. Clean the surface before placing the tack coat. Unless otherwise approved, 27 apply tack coat uniformly at the rate directed by the City. 28 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 29 square yard of surface area. 30 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and 31 all joints. 32 d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal 33 beam guard fence and structures. 34 e. Roll the tack coat with a pneumatic -tire roller when directed. 35 f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 36 properties. 37 g. The City may suspend paving operations until there is adequate adhesion. 38 h. The tack coat should be placed with enough time to break or set before 39 applying hot mix asphalt layers. 40 i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i4 3212 16 - 19 ASPHALT PAVING Page 19 of 23 1 j. When a tacked road surface must be opened to traffic, they should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 4 10. General placement requirements. 5 a. Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping wings between trucks not allowed. Dispose of at end of days 9 production. 10 E. Lay -Down Operations. 11 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Suggested Minimum Mixture Placement Temperature High -Temperature Minimum Placement Temperature Binder Grade (Before Entering Paver) PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290OF 18 F. Compaction. 19 1. Use air void control unless ordinary compaction control is specified on the plans. 20 2. Avoid displacement of the mixture. If displacement occurs, correct to the 21 satisfaction of the City. 22 3. Ensure pavement is fully compacted before allowing rollers to stand on the 23 pavement. 24 4. Unless otherwise directed, use only water or an approved release agent on rollers, 25 tamps, and other compaction equipment. 26 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 27 6. Unless otherwise directed, operate vibratory rollers in static mode when not 28 compacting, when changing directions, or when the plan depth of the pavement mat 29 is less than 1-1 /2 inches. 30 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 31 and similar structures and in locations that will not allow thorough compaction with 32 the rollers. 33 8. The City may require rolling with a trench roller on widened areas, in trenches, and 34 in other limited areas. 35 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 36 traffic unless otherwise directed. 37 10. When directed, sprinkle the finished mat with water or limewater to expedite 38 opening the roadway to traffic. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 32 12 16 - 20 ASPHALT PAVING Page 20 of 23 11. Air Void Control. a. General. 1) Compact dense -graded hot -mix asphalt to contain 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 for compaction, as approved. 2) Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the plans. 3) Use additional rollers as required to remove any roller marks. 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 Corelok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. d. Air Voids Out of Range. 1) If the in -place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in -place air void content within requirements. 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 Control. 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 IV, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavement to meet the requirements of the plans and specifications. f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. g. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. h. Make alternate trips of the roller slightly different in length. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 r_� 32 12 16 - 21 ASPHALT PAVING Page 21 of 23 1 i. On superelevated curves, begin rolling at the low side and progress toward the 2 high side unless otherwise directed. 3 G. Irregularities. 4 1. Identify and correct irregularities including but not limited to segregation, rutting, 5 raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 6 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 7 particles. 8 2. The City may also identify irregularities, and in such cases, the City shall 9 promptly notify the CONTRACTOR. 10 3. If the City determines that the irregularity will adversely affect pavement 11 performance, the City may require the CONTRACTOR to remove and replace (at 12 the CONTRACTOR'S expense) areas of the pavement that contain the 13 irregularities and areas where the mixture does not bond to the existing pavement. 14 4. If irregularities are detected, the City may require the CONTRACTOR to 15 immediately suspend operations or may allow the CONTRACTOR to continue 16 operations for no more than 1 day while the CONTRACTOR is taking appropriate 17 corrective action. 18 5. The City may suspend production or placement operations until the problem is 19 corrected. 20 6. At the expense of the CONTRACTOR and to the satisfaction of the City, remove 21 and replace any mixture that does not bond to the existing pavement or that has 22 other surface irregularities identified above. 23 3.5 REPAIR 24 A. See Section 32 01 17. 25 3.6 QUALITY CONTROL 26 A. Production Testing 27 1. Perform production tests to verify asphalt paving meets the performance standard 28 required in the plans and specifications. 29 2. City to measure density of asphalt paving with nuclear gauge. 30 3. City to core asphalt paving from the normal thickness of section once acceptable 31 density achieved. City identifies location of cores. 32 a. Minimum core diameter: 4 inches 33 b. Minimum spacing: 200 feet 34 c. Minimum of one core every block 35 d. Alternate lanes between core 36 4. City to use cores to determine pavement thickness and calculate theoretical density. 37 a. City to perform theoretical density test a minimum of one per day per street. 38 B. Density Test 39 1. The average measured density of asphalt paving must meet specified density. 40 2. Average of measurements per street not meeting the minimum specified strength 41 shall be subject to the money penalties or removal and replacement at the 42 CONTRACTOR'S expense as show in Table 11. 43 44 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 32 12 16 - 22 ASPHALT PAVING Page 22 of 23 Table 11 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 3. The amount of penalty shall be deducted from payment due to CONTRACTOR. 4. These requirements are in addition to the requirements of Section 1.2 Measurement and Payment. C. Pavement Thickness Test. 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 provisions or on the plans. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR'S expense. 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. Table 12 Thickness Deficiency 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 15 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 area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with asphalt paving of the thickness shown on the plans. 7. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 ow 3212 16 - 23 ASPHALT PAVING Page 23 of 23 1 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] PM 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] po 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 ,.. Revision Log DATE NAME SUMMARY OF CHANGE � 11 r i do CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 �, Revised July 1, 2011 32 13 13- 1 CONCRETE PAVING Page 1 of 21 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes finished pavement constructed of portland cement concrete including 6 monolithically poured curb on the prepared subgrade or other base course. 7 B. Standard Details. 8 1. Reinforced Concrete Pavement Construction Details. 9 C. Deviations from City of Fort Worth Standards. 10 1. None. 11 D. Related Specification Sections include but are not necessarily limited to 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1 - General Requirements. 15 3. Section 32 0129 - Concrete Paving Repair. 16 4. Section 32 13 73 - Concrete Paving Joint Sealants. 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment. 19 1. Measurement: measured by the square yard of completed and accepted pavement in 20 its final position and measured from back of curb for various classes and 21 thicknesses. 22 2. Payment: based on the work performed and all materials furnished for concrete 23 paving. Subsidiary work and materials include: 24 a. shaping and fine grading the roadbed 25 b. furnishing and applying all water required 26 c. furnishing, loading and unloading, storing, hauling and handling all concrete 27 ingredients including all freight and royalty involved 28 d. mixing, placing, finishing and curing all concrete 29 e. furnishing and installing all reinforcing steel 30 f. furnishing all materials and placing longitudinal, warping, expansion, and 31 contraction joints, including all steel dowels, dowel caps and load transmission 32 units required, wire and devices for placing, holding and supporting the steel 33 bar, load transmission units, and joint filler material in the proper position; for 34 coating steel bars where required by the plans 35 g. sealing joints 36 h. monolithically poured curb 37 i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary 38 to complete the work. 39 1.3 REFERENCES 40 A. Reference Standards. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 13 13 -2 CONCRETE PAVING Page 2 of 21 1. Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification, unless a date is specifically cited. 4 2. ASTM International (ASTM): 5 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 6 Reinforcement 7 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 8 Field 9 c. C33, Concrete Aggregates 10 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 11 Specimens 12 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 13 Beams of Concrete 14 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 15 g. C 150, Portland Cement 16 h. C 156, Water Retention by Concrete Curing Materials 17 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 18 j. C260, Air Entraining Admixtures for Concrete 19 k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 20 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 21 in. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 22 Admixture in Concrete 23 n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 24 Concrete 25 o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 26 Cement Concrete 27 p. C 1602, Standard Specification for Mixing Water Used in the Production of 28 Hydraulic Cement Concrete. 29 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 30 (12,400 ft-lbf/ft3) 31 3. American Concrete Institute (ACI): 32 a. ACI 305.1-06 Specification for Hot Weather Concreting 33 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 34 c. ACI318 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1.2011 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 13 13-3 CONCRETE PAVING Page 3 of 21 A. Weather Conditions. 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C 1064 at point of placement. 2. Hot Weather Concreting a. Take immediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C 150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C 1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 1. Air -Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 34 3. 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 32 13 13 -4 CONCRETE PAVING Page 4 of 21 G. Dowels and Tie Bars. 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps. a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the plans and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ C-6 Epcon G-5 Pro-Poxy-300 Fast Tube Shep-Poxy TxIII Ultrabond 1300 Tubes Ultrabone 2300 N.S. A-22-2300 Slow Set Dynapoxy EP-430 EDOT ET22 SET 22 SpecPoxy 3000FS Powers Fasteners Ramset-Redhead Ramset-Redhead Unitex CMC Construction Services Adhesives Technology Adhesives Technology Pecora Corp. Simpson Strong Tie Simpson Strong Tie Simpson Strong Tie SpecChem b. Epoxy Use, Storage and Handling. 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components; b) Brand name; c) Name of manufacturer; d) Lot or batch number; e) Temperature range for storage; f) Date of manufacture CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 32 13 13 -5 CONCRETE PAVING Page 5 of 21 g) Expiration date; and h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs. 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or CONTRACTOR'S personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler. 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 type indicated on the plans or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 13 13-6 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 uniform moisture -impermeable 5 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 6 concrete. 7 c. It shall, when applied to the damp concrete surface at the specified rate of 8 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 9 normal conditions suitable for concrete operations. 10 d. It shall adhere in a tenacious film without running off or appreciably sagging. 11 e. It shall not disintegrate, check, peel or crack during the required curing period. 12 f. The compound shall not peel or pick up under traffic and shall disappear from 13 the surface of the concrete by gradual disintegration. 14 g. The compound shall be delivered to the job site in the manufacturer's original 15 containers only, which shall be clearly labeled with the manufacturer's name, 16 the trade name of the material and a batch number or symbol with which test 17 samples may be correlated. 18 h. When tested in accordance with ASTM C156 Water Retention by Concrete 19 Curing Materials, the liquid membrane -forming compound shall restrict the loss 20 of water present in the test specimen at the time of application of the curing 21 compound to not more than 0.0 1 -oz.-per-2 inches of surface. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL 24 A. Mix Design 25 1. Concrete Mix Design and Control. 26 a. At least 10 calendar days prior to the start of concrete paving operations, the 27 CONTRACTOR shall submit a design of the concrete mix it proposes to use 28 and a full description of the source of supply of each material component. 29 b. The design of the concrete mix shall produce a quality concrete complying with 30 these specifications and shall include the following information: 31 1) Design Requirements and Design Summary. 32 2) Material source. 33 3) Dry weight of cement/cu. yd. and type. 34 4) Dry weight of fly ash/cu. yd. and type, if used. 35 5) Saturated surface dry weight of fine and coarse aggregates/cu. yd. 36 6) Design water/cu. yd. 37 7) Quantities, type, and name of admixtures with manufacturer's data sheets. 38 8) Current strength tests or strength tests in accordance with ACI 318. 39 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 40 and date of tests. 41 10) Fineness modulus of fine aggregate. 42 11) Specific Gravity and Absorption Values of fine and coarse aggregates. 43 12) L.A. Abrasion of coarse aggregates. 44 c. Once mix design approved by City, maintain intent of mix design and maximum 45 water to cement ratio. 46 d. No concrete may be placed on the job site until the mix design has been 47 approved by the City. 48 2. Quality of Concrete. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 32 13 13-7 CONCRETE PAVING Page 7 of 21 a. Consistency. 1) In general, the consistency of concrete mixtures shall be such that: a) mortar shall cling to the coarse aggregate, b) aggregate shall not segregate in concrete when it is transported to the place of deposit, c) concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow, d) concrete and mortar shall show no free water when removed from the mixer, e) concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal, and f) surface of the finished concrete shall be free from a surface film or laitance. 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the CONTRACTOR may use, or the City may require, an approved cement dispersing agent (water reducer); or the CONTRACTOR shall furnish additional aggregates, or aggregates with different characteristics, or the CONTRACTOR may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. 7) The CONTRACTOR is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class. 1) Unless otherwise shown on the plans or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 32 13 13 -8 CONCRETE PAVING Page 8 of 21 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H. c. High Early Strength Concrete (HES). 1) When shown on the plans or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the plans allowed. 3) No strength overdesign is required. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 d. Slump. 1) Slump requirements for pavement and related concrete shall be as specified in the following table. Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the maximums shown. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 13 13-9 CONCRETE PAVING tr Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered .0� 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Equipment 11 1. All equipment necessary for the construction of this item shall be on the project. 12 2. The equipment shall include spreading devices (augers), internal vibration, 13 tamping, and surface floating necessary to finish the freshly placed concrete in such 14 a manner as to provide a dense and homogeneous pavement. 15 3. Machine -Laid Concrete Pavement 16 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 17 that are uniformly supported on a very firm subbase to prevent sagging under 18 the weight of machine. 19 b. Slip -Form Paver. 20 1) Slip -form paving equipment shall be provided with traveling side forms of 21 sufficient dimensions, shape and strength so as to support the concrete 22 laterally for a sufficient length of time during placement. 23 2) City may reject use of Slip -Form Paver if paver requires over -digging and 24 impacts trees, mailboxes or other improvements. 25 4. Hand -Laid Concrete Pavement 26 a. Machines that do not incorporate these features, such as roller screeds or 27 vibrating screeds, shall be considered tools to be used in hand -laid concrete 28 construction, as slumps, spreading methods, vibration, and other procedures are 29 more common to hand methods than to machine methods. 30 5. City may reject equipment and stop operation if equipment does not meet 31 requirements. 32 B. Concrete Mixing and Delivery 33 1. Transit Batching: shall not be used — onsite mixing not permitted 34 2. Ready Mixed Concrete 35 a. The concrete shall be produced in an approved method conforming to the 36 requirements of this specification and ASTM C94/C94M.City shall have access 37 ready mix to get samples of materials. 38 b. City shall have access to ready mix plant to obtain material samples. 39 c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate 40 Procedure 2: 41 1) As the mixer is being emptied, individual samples shall be taken after the 42 discharge of approximately 15% and 85% of the load. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1. 2011 Oft 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 321313 -10 CONCRETE PAVING Page 10 of 21 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 3. Delivery. a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets. a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier. 2) Serial number of ticket. 3) Date. 4) Truck number. 5) Name of purchaser. 6) Specific designation of job (name and location). 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications. 8) Amount of concrete in cubic yards. 9) Time loaded or of first mixing of cement and aggregates. 10) Water added by receiver of concrete. 11) Type and amount of admixtures. C. Subgrade 1. When manipulation or treatment of subgrade is required on the plans, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the plans or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 32 13 13- 11 CONCRETE PAVING Page I 1 of 21 9. The CONTRACTOR shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 10. After the specified moisture and density are achieved, the CONTRACTOR shall maintain the subgrade moisture and density in accordance with this Section. 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D. Placing and Removing Forms 1. Placing Forms a. Forms for machine -laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand -laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 13 13 - 12 CONCRETE PAVING Page 12 of 21 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General. 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the plans. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 objectionable scale, and of the type, size and dimensions shown on the 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, where permitted, such storage shall be limited 18 to quantities and distribution that shall not induce excessive stresses. 19 2. Splices. 20 a. Provide standard reinforcement splices by lapping and tying ends. 21 b. Comply with ACI 318 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 4. Installation of Dowel Bars 34 a. Install through the predrilled joint filler and rigidly support in true horizontal 35 and vertical positions by an assembly of bar chairs and dowel baskets. 36 b. Dowel Baskets. 37 1) The dowels shall be held in position exactly parallel to surface and 38 centerline of the slab, by a dowel basket that is left in the pavement. 39 2) The dowel basket shall hold each dowel in exactly the correct position so 40 firmly that the dowel's position cannot be altered by concreting operations. 41 c. Dowel Caps. 42 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 43 direction. 44 5. Tie Bar and Dowel Placement. 45 a. Place at mid -depth of the pavement slab, parallel to the surface. 46 b. Place as shown on the plans. 47 6. Epoxy for Tie and Dowel Bar Installation 48 1) Epoxy bars as shown on the plans. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 w 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. 3213 13 - 13 CONCRETE PAVING Page 13 of 21 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the plans or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions. a. The width of the joint shall be shown on the plans, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the plans. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints. a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the plans, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the plans. 6. Transverse Contraction Joints. a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the plans. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 321313- 14 CONCRETE PAVING Page 14 of 21 f. Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. g. If sharp edge joints are being obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized. i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas with additional curing compound. 7. Transverse Construction Joints. a. Construction joints formed at the close of each day's work or when the placing of concrete has been stopped for 30-minutes or longer shall be constructed by use of metal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius. e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. 8. Longitudinal Construction Joints. a. Longitudinal construction joints shall be of the type shown on the plans. 9. Joint Filler. a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the plans. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1 /2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the plans. h. After the removal of the side forms, the ends of the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details and as specified in Section 32 13 73. Materials shall generally be handled and applied according to the manufacturer's recommendations as specified in Section 32 1373. 47 G. Placing Concrete CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 am w 32 13 13 - 15 CONCRETE PAVING Page 15 of 21 1 1. Unless otherwise specified in the plans, the finished pavement shall be constructed 2 monolithically and constructed by machined laid method unless impractical. 3 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 4 shall be distributed to the required depth and for the entire width of the pavement 5 by shoveling or other approved methods. 6 3. Any concrete not placed as herein prescribed within the time limits in the following 7 table will be rejected. Time begins when the water is added to the mixer. 8 Temperature — Time Requirements Concrete Temperature Max Time — minutes Max Time — minutes (at point of placement) I (no retarding agent) (with retarding agent)' Non -Agitated Concrete All temperatures I 45 I 45 jI Agitated Concrete 1 Above 90°F Time may be reduced by 75 City Above 75°F thru 90°F 60 90 75°F and Below 60 120 9 1 Normal dosage of retarder. 10 11 4. Rakes shall not be used in handling concrete. 12 5. At the end of the day, or in case of unavoidable interruption or delay of more than 13 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 14 placed in accordance with 3.4.F.7 of this Section. 15 6. Honeycombing. 16 a. Special care shall be taken in placing and spading the concrete against the 17 forms and at all joints and assemblies so as to prevent honeycombing. 18 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 19 the removal of the side forms, may be cause for rejection of the section of slab 20 in which the defect occurs. 21 H. Finishing 22 1. Machine. 23 a. Tolerance Limits. 24 1) While the concrete is still workable, it shall be tested for irregularities with 25 a 10 foot straightedge placed parallel to the centerline of the pavement so as 26 to bridge depressions and to touch all high spots. 27 2) Ordinates measured from the face of the straightedge to the surface of the 28 pavement shall at no place exceed 1/16 inch -per -foot from the nearest point 29 of contact. 30 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 31 than 1/8 inch. 32 4) Any surface not within the tolerance limits shall be reworked and 33 refinished. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 13 13 - 16 CONCRETE PAVING Page 16 of 21 1 b. Edging. 2 1) The edges of slabs and all joints requiring edging shall be carefully tooled 3 with an edger of the radius required by the plans at the time the concrete 4 begins to take its "set" and becomes non -workable. 5 2) All such work 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 struck off 11 with screed bar to such elevation above grade that, when consolidated and 12 finished, the surface of the pavement shall be at the grade elevation shown on 13 the plans. 14 c. A slight excess of material shall be kept in front of the cutting edge at all times. 15 d. The straightedge and joint finishing shall be as prescribed herein. 16 I. Curing 17 1. The curing of concrete pavement shall be thorough and continuous throughout the 18 entire curing period. 19 2. Failure to provide proper curing as herein prescribed shall be considered as 20 sufficient cause for immediate suspension of the paving operations. 21 3. The curing method as herein specified does not preclude the use of any of the other 22 commonly used methods of curing, and the City may approve another method of 23 curing if so requested by the CONTRACTOR. 24 4. If any selected method of curing does not afford the desired results, the City shall 25 have the right to order that another method of curing be instituted. 26 5. After removal of the side forms, the sides of the slab shall receive a like coating 27 before earth is banked against them. 28 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 29 as to cover the entire surfaces thoroughly and completely with a uniform film. 30 7. The rate of application shall be such as to ensure complete coverage and shall not 31 exceed 20-square-yards-per-gallon of curing compound. 32 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 33 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 34 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 C 156 Water Retention by Concrete Curing 38 Materials, the curing compound shall provide a film 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 J. Monolithic Curbs 44 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 45 back from the paving mixer, shall be placed within 20-minutes after being mixed. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 �7 I— r 3213 13-17 CONCRETE PAVING Page 17 of 21 1 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 2 shall be thoroughly worked with a wooden flat. 3 3. The exposed edges shall be rounded by the use of an edging tool to the radius 4 indicated on the plans. 5 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 6 K. Alley Paving 7 1. Alley paving shall be constructed in accordance with the specifications for concrete 8 paving hereinbefore described, in accordance with the details shown on the plans, 9 and with the following additional provisions: 10 a. Alley paving shall be constructed to the typical cross sections shown on the 11 plans. 12 b. Transverse expansion joints of the type shown on the plans shall be constructed 13 at the property line on each end of the alley with a maximum spacing of 600 14 feet. 15 c. Transverse contraction and dummy joints shall be placed at the spacing shown 16 on the plans. 17 d. Contraction and dummy joints shall be formed in such a manner that the 18 required joints shall be produced to the satisfaction of the City. 19 e. All joints shall be constructed in accordance with this specification and filled 20 in accordance with the requirement of Section 32 13 73. 21 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 REPAIR 28 A. Repair of concrete pavement concrete shall be consistent with paving details and as 29 specified in Section 32 0129. 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 SITE QUALITY CONTROL 32 A. Concrete Placement 33 1. Place concrete using a fully automated paving machine. Hand paving only 34 permitted in areas such as intersections where use of paving machine is not 35 practical 36 a. All concrete pavement not placed by hand shall be placed using a fully 37 automated paving machine as approved by the City. 38 b. Screeds will not be allowed except if approved by the City. 39 B. Testing of Materials. 40 1. Samples of all materials for test shall be made at the expense of the City, unless 41 otherwise specified in the special provisions or in the plans. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 321313-I8 CONCRETE PAVING Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the CONTRACTOR'S expense at the same rate charged by 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 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 C. Pavement Thickness Test. 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the plans. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR'S expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the plan thickness, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. 11. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 .r 3213 13 -19 CONCRETE PAVING ` Page 19 of 21 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31, to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on the job site and then 5 transported, moist cured, and tested by the City in accordance with ASTM C31 and " 6 ASTM C39. 7 3. In each set, 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 necessary. 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 override the 14 results of the cylinder tests. ' 15 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 16 meet minimum specified strength, additional cores shall be taken to identify the 17 limits of deficient concrete pavement at the expense of the CONTRACTOR. 18 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 19 meeting the minimum specified strength shall be subject to the money penalties or 20 removal and placement at the CONTRACTOR'S expense as show in the following 21 table. 22 Percent Deficient Percent of Contract Price Allowed s Greater Than 0% - Not More Than 10% 90-percent Greater Than 10% - Not More Than 15% 80-percent Greater Than 15% 0-percent or removed and replaced at the entire cost and expense of CONTRACTOR as directed by City 23 24 7. The amount of penalty shall be deducted from payment due to CONTRACTOR; 25 such as penalty deducted is to defray the cost of extra maintenance. 26 8. The strength requirements for structures and other concrete work are not altered by 27 the special provision. 28 9. No additional payment over the contract unit price shall be made for any pavement .., 29 of strength exceeding that required by the plans and/or specifications. 30 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 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade, the Inspector shall make the determination as to whether to rout and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The CONTRACTOR shall perform the 38 routing and sealing work as directed by the Project Inspector, at no cost to the City, 39 regardless of the cause of the cracking. CITY OF FORT WORTH West Bevy Strcetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 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 cracking is due to deficient materials or 4 workmanship, the CONTRACTOR shall perform the remedial work at no cost to 5 the City. Remedial work in this case shall be limited to removing and replacing the 6 deficient work with new material and workmanship that meets the requirements of 7 the contract. 8 4. If remedial work beyond routing and sealing is determined to be necessary, and the 9 Inspector and the CONTRACTOR agree that the cause of the cracking is not 10 deficient materials or workmanship, the City may request the CONTRACTOR to 11 provide an estimate of the cost of the necessary remedial work and/or additional 12 work to address the cause of the cracking, and the CONTRACTOR will perform 13 that work at the agreed -upon price if the City elects to do so. 14 5. If remedial work is necessary, and the Inspector and the CONTRACTOR cannot 15 agree on the cause of the cracking, the City may hire an independent geotechnical 16 engineer to perform testing and analysis to determine the cause of the cracking. 17 The contractor will escrow 50% of the proposed costs of the geotechnical contract 18 with the City. The CONTRACTOR and the City shall use the services of a 19 geotechnical firm acceptable to both parties. 20 6. If the geotechnical engineer determines that the primary cause of the cracking is the 21 CONTRACTOR'S deficient material or workmanship, the remedial work will be 22 performed at the CONTRACTOR' S entire expense and the CONTRACTOR will 23 also reimburse the City for the balance of the cost of the geotechnical investigation 24 over and above the amount that has previously been escrowed. Remedial work in 25 this case shall be limited to removing and replacing the deficient work with new 26 material and workmanship that meets the requirements of the contract. 27 7. If the geotechnical engineer determines that the primary cause of the cracking is not 28 the CONTRACTOR'S deficient material or workmanship, the City will return the 29 escrowed funds to the CONTRACTOR. The Contractor, on request, will provide 30 the City an estimate of the costs of the necessary remedial work and/or additional 31 work and will perform the work at the agreed -upon price as directed by the City. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION 40 Revision Log CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 West Berry Streetscape Improvements City Project No. 00407 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from City of Fort Worth Standards 10 1. None 11 C. Related Specification Sections include but are not necessarily limited to 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1 - General Requirements. 15 3. Section 02 41 13 - Selective Site Demolition 16 4. Section 32 13 13 - Concrete Paving 17 5. Section 32 13 73 - Concrete Paving Joint Sealants 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Concrete sidewalk: measure by the square foot of completed and accepted 22 sidewalk in its final position by thickness and type. 23 b. Driveway: measure by the square foot of completed and accepted driveway in 24 its final position by thickness and type. 25 1) From back of projected curb, including the area of the curb radii and extend 26 to the limits specified in plans. 27 2) Sidewalk portion of drive included in driveway measurement 28 3) Curb on driveways included in driveway measurement. 29 c. Barrier free ramps: measure by each unit of completed and accepted barrier 30 free ramp per type by width of connecting sidewalk including: 31 1) curb ramp 32 2) landing and detectable warning surface as shown on the plans. 33 3) adjacent flares or side curb 34 2. Payment: contract unit price bid for the work performed and all materials furnished. 35 Subsidiary work and materials include: 36 a. excavating and preparing the subgrade 37 b. furnishing and placing all materials 38 c. manipulation, labor, tools, equipment and incidentals necessary to complete the 39 work. 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Beery Streetscape Improvements City Project No. 00407 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 1. TAS — Texas Accessibility Standards 2 2. TDLR — Texas Department of Licensing and Regulation 3 B. Reference Standards 4 1. American Society for Testing and Materials (ASTM) 5 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 6 Construction (Non -extruding and Resilient Types) 7 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 8 Standard Effort (12,400 ft-lbf/ft3) 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Mix Design: submit for approval. Section 32 13 13. 13 B. Product Data: submit product data and sample for pre -cast detectable warning for 14 barrier free ramp. 15 1.7 CLOSEOUT SUBMITTALS 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD CONDITIONS 20 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 24 2.2 EQUIPMENT AND MATERIALS 25 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 26 the finished work. 27 B. Concrete: see Section 32 13 13. 28 1. Unless otherwise shown on the plans or detailed specifications, the standard class 29 for concrete sidewalks, driveways and barrier free ramps is shown in the following 30 table. 31 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 32 33 C. Reinforcement: see Section 32 13 13. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 r 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 2 bars at 18 inches on -center -both -ways at the center plane of all slabs. 3 D. Joint Filler. 4 1. 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 impregnated 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 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 18 A. Surface Preparation 19 1. Excavation: Excavation required for the construction of sidewalks, driveways and 20 barrier free ramps shall be to the lines and grades as shown on the plans or as 21 established by the City. 22 2. Fine Grading 23 a. The CONTRACTOR shall do all necessary filling, leveling and fine grading 24 required to bring the subgrade to the exact grades specified and compacted to at 25 least 90 percent of maximum density as determined by ASTM D698. 26 b. Moisture content shall be within minus 2 to plus 4 of optimum. 27 c. Any over -excavation shall be repaired to the satisfaction of the City. 28 B. Demolition / Removal 29 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 30 3.4 INSTALLATION 31 A. General 32 1. Concrete sidewalks shall have a minimum thickness of 4 inches. w 33 2. Sidewalks constructed in driveway approach sections shall have a minimum 34 thickness equal to that of driveway approach or as called for by plans and 35 specifications within the limits of the driveway approach. - 36 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for 37 walks shall be 2 percent max in accordance with current TAS/ TDLR guidelines. 38 The construction of the driveway approach shall include the variable height radius - 39 curb in accordance with the plans and details. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 �, Revised July 1, 2011 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 4. All pedestrian facilities shall comply with provisions of TAS including location, 2 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 3 CONTRACTOR and not meeting TAS must be removed and replaced to meet TAS 4 (no separate pay). 5 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 6 position during the depositing of concrete. 7 C. Reinforcement: see Section 32 13 13. 8 D. Concrete Placement: see Section 32 13 13. 9 E. Finishing 10 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 11 even surface. 12 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 13 3. Provide exposed aggregate finish if specified. 14 4. Edge joints and sides shall with suitable tools. 15 F. Joints 16 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 17 using redwood. 18 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 19 foot intervals for 5 foot wide and greater sidewalk. 20 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 21 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 22 Similar material shall be placed around all obstructions protruding into or through 23 sidewalks or driveways. 24 4. All expansion joints shall be 1/2 inch in thickness. 25 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 26 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 27 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 28 marking tool. 29 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 30 G. Barrier Free Ramp 31 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, 32 manufactured by StrongGo Industries or approved equal by the City. 33 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 34 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 35 landing where the pedestrian access route enters the street. 36 3. Locate detectable warning surface so that the edge nearest the curb line is a 37 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 38 curb. 39 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 40 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 Pft a% 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 3.5 [REPAIR]/[RESTORATION] [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] ' 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] = 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] = 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE = 12 _ -. No _ _ AM am CITY OF FORT WORTH West Berry Strcetscape Improvements ■w STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 ON 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Standard Detail 8 1. Typical Street Construction Details 9 C. Deviations from City of Fort Worth Standards 10 1. None 11 D. Related Specification Sections include but are not necessarily limited to 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1 - General Requirements. 15 3. Section 32 13 13 - Concrete Paving. 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment. 18 1. Measurement: when specified in the plans to be a pay item, measure by the linear 19 foot of completed and accepted joint sealant. 20 2. Payment: Unless otherwise specified on plans, the work performed and materials 21 furnished as required in this Section will not be paid for directly but will be 22 subsidiary to other bid items. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. ASTM International (ASTM): 26 a. D5893, Standard Specification for Cold Applied, Single Component, 27 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 28 Pavements 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 ACTION SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Test and Evaluation Reports 33 1. Prior to installation, furnish certification by an independent testing laboratory that 34 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 1373 -2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 1 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 2 has a minimum two-year demonstrated, documented successful field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35°F 10 B. Concrete surface must be clean, dry and frost free. 11 C. Do not place sealant in an expansion -type joint if surface temperature is below 35°F or 12 above 90°F. 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 16 2.2 MATERIALS & EQUIPMENT 17 A. Materials 18 1. Joint Sealant: ASTM D5893. 19 2. Joint Filler, Backer Rod and Breaker Tape 20 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 21 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 22 b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent 23 the joint sealant from flowing to the bottom of the joint. 24 c. The backer rod and breaker tape shall be compatible with the silicone joint 25 sealant and no bond or reaction shall occur between them. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 1 1. The silicone sealant shall be cold applied. 2 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 3 prior to sealing joints. 4 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 5 sealant placement in a continuous sequence of operations. 6 4. See plans for the various joint details with their respective dimensions. 7 B. Equipment 8 1. Provide all necessary equipment and keep equipment in a satisfactory working 9 condition. 10 2. Equipment shall be inspected by the OWNER prior to the beginning of the work. 11 3. The minimum requirements for construction equipment shall be as follows: 12 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 13 complete the joint sawing to the required dimensions. 14 b. Air Compressors. The delivered compressed air shall have a pressure in excess 15 of 90 psi and shall be suitable for the removal of all free water and oil from the 16 compressed air. 17 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 18 of sealant to the joint. 19 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 20 the joint. 21 e. Sandblaster. The design shall be for commercial use with air compressors as 22 specified in this Section. 23 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 24 free of contamination. They shall be compatible with the joint depth and width 25 requirements. 26 C. Sawing Joints: see Section 32 13 13. 27 D. Cleaning joints 28 1. Dry saw in one direction with reverse cutting blade then sand blast. 29 2. Use compressed air to remove the resulting dust from the joint. 30 3. Sandblast joints after complete drying. 31 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 32 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 33 face of the joint. 34 b. Sandblast both joint faces sandblasted in separate, one directional passes. 35 c. When sandblasting is complete, blow-out using compressed air. 36 d. The blow tube shall fit into the joints. 37 4. Check the blown joint for residual dust or other contamination. 38 a. If any dust or contamination is found, repeat sandblasting and blowing until the 39 joint is cleaned. 40 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the CONTRACTOR and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Bury Streetscape Improvements City Project No. 00407 i i i i PM PM M i i 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 14 16 BRICK UNIT PAVING 321416-1 BRICK UNIT PAVING Page I of 8 5 A. Section Includes 6 1. All labor, materials and equipment necessary to install brick pavers, set in mortar 7 on reinforced concrete base for: 8 a. New brick paving 9 b. Brick paving repair 10 B. Standard Details 11 C. Deviations from City of Fort Worth Standards 12 D. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 - General Requirements. 15 3. Section 32 13 13 - Concrete Paving. 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement: 19 a. Brick Paving: measure by the square yard of completed and accepted brick 20 pavement in its final position per detail. 21 b. Brick Paving Repair: measure by the square yard of completed and accepted 22 pavement in its final position per detail. 23 2. Payment: based on the work performed and all materials furnished for brick unit 24 paving. Subsidiary work and materials include: 25 a. sample panels 26 b. shaping and fine grading the roadbed 27 c. furnishing and applying all water required 28 d. furnishing, loading and unloading, storing, hauling, handling, mixing, placing, 29 finishing and curing all concrete ingredients for concrete base material 30 e. furnishing and installing all reinforcing steel for concrete base 31 f. furnishing, mixing and placing all setting materials including mortar setting 32 bed, wet mortar joint filler and high bond mortar mix 33 g. furnishing and setting all brick unit pavers 34 h. sealing joints 35 i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary 36 to complete the work. 37 1.3 REFERENCES 38 A. Reference Standards 39 1. ASTM International (ASTM): 40 a. C67, Test Methods of Sampling and Testing Brick and Structural Clay Tile CITY OF FORT WORTH West Berry Streetscape Improvements A+ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 32 14 16-2 BRICK UNIT PAVING Page 2 of 8 1 b. C 144, Aggregate for Masonry Mortar 2 c. C 150, Portland Cement 3 d. C207, Specification for Hydrated Lime for Masonry Purposes 4 e. C902, Specification for Pedestrian and Light Traffic Paving Brick 5 f. C 1602, Standard Specification for Mixing Water Used in the Production of 6 Hydraulic Cement Concrete 7 2. The Brick Industry Association, Technical Notes 8 a. No. 1, Cold and Hot Weather Construction 9 1.4 ADMINISTRATIVE REQUIREMENTS 10 A. Permitting: 11 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 12 and Public Works Department in conformance with current ordinances. 13 2. Transportation and Public Works Department will inspect paving repair after 14 construction. 15 1.5 SUBMITTALS 16 A. Product Data: Submit manufacturer's technical data for each manufactured product, 17 including certification that each product complies with specified requirements. 18 B. Samples: 19 1. For material verification purposes submit the following: 20 a. Manufacturer's testing certification conforming to ASTM C67 testing methods 21 for: 22 1) Compressive strength, pounds per square inch 23 2) Absorption, 5 hour submersion in cold water 24 3) Absorption, 24 hour submersion in cold water 25 4) Maximum saturation coefficient 26 5) Initial rate of absorption (suction) 27 6) Abrasion index 28 7) Freeze -thaw 29 8) Efflorescence 30 b. Masonry paving unit samples for each type of masonry paving required. 31 Include in each set the full range of exposed color and texture to be expected in 32 the completed work. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE 37 A. Installer: Brick paver and any subcontractors shall have experience in brick paving and 38 their previous work will be reviewed by the City prior to start of work. 39 B. Sample Panel: Prior to installation of masonry paving work, fabricate sample panel 40 using materials, pattern and joint treatment indicated for project work, including special 41 features for expansion joints and contiguous work. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 oft 32 14 16 - 3 BRICK UNIT PAVING Page 3 of 8 1 1. Include color range, size, texture, bond, expansion jointing, pattern, finish, and 2 workmanship. 3 2. Make 6 feet x 6 feet minimum. 4 3. Provide range of color, texture and workmanship to be expected in the completed 5 work. 6 4. Sample panel shall be inspected by the City. If the sample is not acceptable, 7 construct additional panels at no cost to the City until an acceptable panel is 8 constructed. 9 5. Obtain City's acceptance of visual qualities of the panel before start of masonry 10 paving work. 11 6. Maintain the sample panel as the standard of minimal quality for approval of all 12 proposed brick pavement work required for the project. Locate sample panel near 13 the pavement work to facilitate comparison 14 7. Do not change source of brands for masonry units, setting materials, or grout during 15 progress of work. 16 8. Remove sample panel from the site at completion of project. 17 1.10 DELIVERY, STORAGE, AND HANDLING 18 A. Delivery: Brick pavers and associated installation materials shall be delivered to the 19 job adequately protected from damage during transit. 20 1. Brick pavers shall be carefully packed by the supplier for shipment with name of 21 manufacturer and identification of contents. 22 2. Pavers damaged in any manner will be rejected and replaced with new materials at 23 no additional cost to the City. 24 B. Storage: Protect grout and mortar materials during storage and construction against 25 wetting by rain, snow or ground water and against soilage or intermixture with earth or 26 other types of materials. 27 1. Protect grout and mortar materials from deterioration by moisture and temperature. 28 2. Store in a dry location or in waterproof container. 29 3. Keep containers tightly closed and away from open flame. Protect liquid 30 components from freezing. 31 1.11 FIELD CONDITIONS 32 A. Ambient Conditions 33 1. Normal construction: temperatures between 40 degrees and 100 degrees. 34 2. Cold Weather Construction: temperatures below 40 degrees 35 a. Comply with requirements for masonry construction in cold weather from the 36 BIA Technical Notes on Brick Construction, No. 1, Cold and Hot Weather 37 Construction, Table No. 1 as summarized in the following table. 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 14 16 - 4 BRICK UNIT PAVING Page 4 of 8 Preparation Construction Protection Temperature Requirements Requirements Requirements (Prior to Work) (Work in Progress) (After Masonry is Placed) Do not lay masonry units having either a temperature Heat mixing water or sand to below 20 degrees F or produce mortar between 40 containing frozen moisture, degrees F and 120 degrees visible ice, or snow on their F. surface. Completely cover newly 40 degrees F to Remove visible ice and Do not heat water or constructed masonry with a weather -resistive 32 degrees F snow from top surface of aggregates used in mortar or membrane for 24 hr after existing foundations and grout above 140 degrees F. construction. masonry to receive new Heat grout materials when construction. Heat these their temperature is below 32 surfaces above freezing, degrees F. using methods that do not result in damage. 32 degrees F to Comply with cold weather 25 degrees F requirements above. 25 degrees F to Comply with cold weather 20 degrees F requirements above. Comply with cold weather requirements above. Maintain mortar temperature above freezing until used in masonry. Heat grout materials so grout is at a temperature between 70 degrees F and 120 degrees F during mixing and placed at a temperature above 70 degrees F. Comply with cold weather requirements above. Heat masonry surfaces under construction to 40 degrees F and use wind breaks or enclosures when the wind velocity exceeds 15 mph. Heat masonry to a minimum of 40 degrees F prior to grouting. 20 degrees F and Comply with cold weather Comply with cold weather below requirements above. requirements above. Comply with cold weather requirements above. Completely cover newly constructed masonry with weather -resistive insulating blankets or equal protection for 24 hr after completion of work. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. Maintain newly constructed masonry temperature above 32 degrees F for at least 24 hr after being completed by using heated enclosures, electric heating blankets, infrared lamps, or other acceptable methods. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. 1 2 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after 3 masonry is placed, are based on mean daily temperatures. 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 14 16-5 BRICK UNIT PAVING Page 5 of 8 1 3. Hot Weather Construction: temperatures above 100 degrees 2 a. Comply with requirements for masonry construction in hot weather from the 3 BIA Technical Notes on Brick Construction, No L, Cold and Hot Weather 4 Construction, Table No. 1 as summarized in the following table. Preparation Protection Temperature Requirements Construction Requirements Requirements (Work in Progress) (After Masonry is (Prior to Work) Placed) Above 115 degrees For Shade materials and mixing 105 degrees F equipment from direct with a wind sunlight. velocity over 8 Comply with hot weather mph requirements below. Provide necessary Above 100 conditions and equipment to degrees F or produce mortar having a 90 degrees F with temperature below 120 8 mph wind degrees F. Maintain sand piles in a damp, loose condition. Use cool mixing water for mortar and grout. Ice must be melted or removed before water is added to other mortar or grout materials. Comply with hot weather requirements below. Maintain mortar and grout at a temperature below 120 degrees F. Flush mixer, mortar transport container, and mortar boards with cool water before they come into contact with mortar ingredients or mortar. Maintain mortar consistency by retempering with cool water. Use mortar within 2 hr of initial mixing. Comply with hot weather requirements below. Fog spray newly constructed masonry until damp, at least three times a day until the masonry is three days old. 5 6 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after 7 masonry is placed, are based on mean daily temperatures. 8 1.12 WARRANTY [NOT USED] 9 PART2- PRODUCTS 10 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Rigid Concrete Base: See Section 32 13 13. 13 B. Reinforcing Steel: Section 32 13 13. 14 C. Paving Brick for Heavy Vehicular Traffic: Standard Solid (uncored) Paving Brick of 15 modular size, 2-1/4 inches x 3-5/8 inches x 7-5/8 inches except as indicated, as per 16 ASTM C1272, Type R, Application PX. 17 D. Setting Materials 18 1. The mortar setting bed shall consist of: 19 a. 1 part Portland cement - ASTM C 150, Type 1 20 b. 114 part hydrated lime by volume - ASTM C207, Type 5 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 32 14 16-6 BRICK UNIT PAVING Page 6 of 8 1 c. 3 parts damp sand - ASTM C144 (for high -bond mortar, gradation in 2 accordance with additive manufacturer's recommendations). 3 d. Add water to obtain stiff mix - ASTM C1602. 4 2. The wet mortar joint filler shall consist of- 5 a. 1 part Portland cement - ASTM C150, Type 1. 6 b. 3 parts dry sand -ASTM C144. 7 c. Add water to obtain a wet mix - ASTM C1602 8 3. High bond mortar mix shall consist of: 9 a. 1 sack Portland cement - ASTM C 150, Type 1 10 b. 50 pounds workability additive - "A" Marble Dust by Armco Steel Corporation, 11 Piqua Quarries, or Ute Dolomite Limestone by U.S. Lime Division of Flintkote 12 Corporation, or Micro Fill No. 2 by Pure Stone Company, Marble Falls, Texas 13 or approved equal. 14 c. 3-1/4 cubic feet of sand - ASTM C144 15 d. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow 16 Chemical Corporation or approved equal. 17 e. Mix with water in accordance with High Bond Additive manufacturer's 18 recommendations. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Place 6-inch reinforced concrete base under proposed brick pavement. 27 1. Concrete base: See Section 32 13 13. 28 a. Design concrete mix design for a minimum compressive strength of 3,000 29 pounds per square inch at the age of two (2) days for either type I or type III 30 cement 31 2. Reinforcing Steel: Section 32 13 13. 32 a. No. 3 bars at 24 inches on center both directions. 33 3. Keep concrete surfaces to receive pavers dry, clean, free of oily or waxy films and 34 level. 35 4. Verify gradients and elevations of base are as indicated on plans. 36 B. Protect adjacent finished surfaces from soiling, staining, and other damage during 37 construction. Clean and restore any damage or stains to adjacent surfaces to equal or 38 better than original condition. 39 C. Spread and screed setting bed mixture to a true plane and limit bed mixture to an 40 amount that can be covered with pavers before initial set. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 321416-7 BRICK UNIT PAVING Page 7 of 8 1 D. Set pavers in the patterns shown in the field with uniform tight joints (1/4-inch). 2 E. Do not use pavers with chips, cracks, or voids. 3 F. Set paver in 1-inch layer of neat cement paste over setting bed. 4 G. Tolerances: Tolerances shall be checked continuously as work progresses so that 5 nonconforming areas can be corrected before mortar sets. 6 1. Alignment tolerances: maximum 1/4 inch in 20 feet; 1/2 inch in 40 feet. 7 2. Surface tolerance: maximum plus or minus 1/8 inch in 8 feet noncumulative. 8 3. Alignment and surface tolerances will be checked and enforced. The Contractor 9 shall make provisions that brick pavers can meet these tolerances as they are 10 supplied. Imperfections in the brick dimensions and surfaces will not constitute as 11 reasons to accept inferior paving and the work will be rejected. 12 H. Tamp pavers into full contact with the mortar bed to a level plane. Do not set large 13 areas of pavers for later leveling. 14 1. After pavers are set and cleaned free of mortar, fill joints with mortar, completely filling 15 voids. 16 J. Remove excess dry joint filler mixture and fog surface with fine water spray. 17 K. Cut pavers with motor driven masonry saw with a sharp diamond blade. Exposed 18 broken edges will not be allowed. 19 L. A seven day damp cure is required. Employ barricades to restrict traffic during the 20 seven day cure period. After the seven day damp cure period, clean the surface with 21 stiff brush and brick manufacturer's recommended cleaning solution in increments not 22 exceeding 100 square feet, leaving surface clean and free of mortar and grout stains. 23 M. At the end of each day, spray paved areas with a fine mist of water. Fill joints within 24 three days after the pavers are set. Spray paved areas until the joints are filled. 25 N. Sweep and keep brick surfaces clean at all times in order to avoid penetration of cement 26 into the brick surface. 27 3.5 REPAIR 28 A. General: 29 1. Remove and replace masonry paving units as directed by the City that are loose, 30 chipped, broken, stained or otherwise damaged, or if units do not match adjoining 31 units as intended. 32 2. Provide new units to match adjoining units and install in same manner as original 33 units, with same joint treatment to eliminate evidence of replacement. 34 3. Pointing: during tooling of joints, enlarge voids or holes and completely fill with 35 mortar or grout. Point -up joints at sealant type joints to provide a neat, uniform 36 appearance, properly prepared to application of sealant. 37 4. Cleaning: Remove excess mortar/grout from exposed brick surfaces, wash and 38 scrub clean. 39 5. Protect masonry paving installations from deterioration, discoloration or damage 40 during subsequent constructions and until acceptance of work, in compliance with 41 recommendations of installer and paving unit manufacturer. 42 B. Trench Repair CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 321416-8 BRICK UNIT PAVING Page 8 of 8 ^ 1 1. Preparation 2 a. Replace a continuous section if multiple repairs are closer than 10 feet apart 3 �. from edge of one repair to the edge of a second repair. 4 b. Surface Preparation: mark pavement cut repairs for approval by the OWNER. 5 2. Removal: i 6 1) Use care in removing brick pavers to be repaired to prevent damage to 7 brick pavers adjacent to the repair area. 8 3. Installation: See Item 3.4. 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [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 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 — Revision Log DATE NAME SUMMARY OF CHANGE 20 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 32 16 13-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Pagel of 5 1 SECTION 32 1613 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Standard Detail 10 1. Typical Street Construction Details 11 C. Deviations from City of Fort Worth Standards 12 1. None 13 D. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 02 41 13 - Selective Site Demolition 17 4. Section 32 13 13 - Concrete Paving 18 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 specified 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 32 16 13 -2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: see Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: see Section 32 13 13. B. Concrete: see Section 32 13 13. C. Reinforcement: see Section 32 13 13. D. Joint Filler. 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 thickness and as specified in plans. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 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 from a straight line shall be rejected. B. Reinforcing Steel. 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand -Laid Concrete — Curb and gutter. a. Shape and compact subgrade to the lines, grades and cross section shown on the plans. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the finished curb unless otherwise approved. 5. Machine -Laid Concrete — Curb and Gutter. a. Hand -tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 32 16 13-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 1) The forming tube of the extrusion machine or the form of the slipform 2 machine must easily be adjustable vertically during the forward motion of 3 the machine to provide variable heights necessary to conform to the 4 established gradeline. 5 d. Attach a pointer or gauge to the machine so that a continual comparison can be 6 made between the extruded or slipform work and the grade guideline. 7 e. Brush finish surfaces immediately after extrusion or slipforming. 8 6. Hand -Laid Concrete — Concrete Valley Gutter: see Section 32 13 13. 9 7. Expansion joints 10 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 11 intersection returns and other rigid structures. 12 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 13 pavement joints to a depth of 1 t/2 inches. 14 c. Place expansion joints at all intersections with concrete driveways, curbs, 15 buildings and other curb and gutters. 16 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 17 depth of the concrete. 18 e. Make expansion joints perpendicular and at right angles to the face of the curb. 19 f. Neatly trim any expansion material extending above the finished to the surface 20 of the finished work. 21 g. Make expansion joints in the curb and gutter coincide with the concrete 22 expansion joints. 23 h. Longitudinal dowels across the expansion joints in the curb and gutter are 24 required. 25 i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each 26 expansion joint. 27 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 28 provides a minimum of 1 inch free expansion. 29 k. Support dowels by an approved method. 30 D. Curing: see Section 32 13 13. 31 3.5 [REPAIR]/[RESTORATION] [NOT USED] 32 3.6 RE -INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL [NOT USED] 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 MAINTENANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT USED] 41 END OF SECTION CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 pa OA M" Olk 32 16 13-5 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 DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 32 17 23 - I PAVEMENT MARKINGS Page 1 of 11 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 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the 28 unit price bid per linear foot of "Pvmt Marking" installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads, when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing (when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 321723-2 PAVEMENT MARKINGS Page 2 of 11 b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "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 3. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "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 4. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers 5. 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 6. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape improvements City Project No. 00407 «. 32 17 23 - 3 PAVEMENT MARKINGS Page 3 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per linear foot of "Remove Pvmt Marking" performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each "Remove Raised Marker" 14 performed for: 15 a) Various types 16 c. The price bid shall include: 17 1) Removal of each Marker 18 2) Disposal of removed materials 19 3) Clean-up 20 8. Legend Removal 21 a. Measurement 22 1) Measure for this Item shall be per each Legend removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement" shall be paid for at the 26 unit price bid per linear foot of "Remove Legend" performed for: 27 a) Various types 28 b) Various applications 29 c. The price bid shall include: 30 1) Removal of Pavement Markings 31 2) Clean-up 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. Manual on Uniform Traffic Control Devices (MUTCD). 2009 Edition 38 a. Part 3, Markings 39 3. American Association of State Hiahwav and Transportation Officials (AASHTO) 40 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 41 4. Federal Hi2hwav Administration (FHWA) 42 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 43 5. Texas Department of Transportation (TxDOT) 44 a. DMS-4200, Pavement Markers (Reflectorized) 45 b. DMS-4300, Traffic Buttons 46 c. DMS-8220, Hot Applied Thermoplastic 47 d. DMS-8240, Permanent Prefabricated Pavement Markings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 1 e. DMS-8241, Removable Prefabricated Pavement Markings 2 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 0133 00. 6 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 7 fabrication for specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING 13 A. Storage and Handling Requirements 14 1. The Contractor shall secure and maintain a location to store the material in 15 accordance with Section 01 50 00. 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 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 the Project. 22 2.2 MATERIALS 23 A. Manufacturers 24 1. Only the manufacturers as listed in the City's Standard Products List will be 25 considered as shown in Section 01 60 00. 26 a. The manufacturer must comply with this Specification and related Sections. 27 2. Any product that is not listed on the Standard Products List is considered a 28 substitution and shall be submitted in accordance with Section 0125 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 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 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 321723-5 PAVEMENT MARKINGS Page 5 of 11 3) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 4) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 5) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 6) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 7) The density and quality of the material shall be uniform throughout the markings. 8) The thickness shall be uniform throughout the length and width of the markings. 9) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 10) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 11) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. a) New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 12) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 13) Traffic 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 f) Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. b. Thermoplastic, hot applied, extruded 1) Product shall be especially compounded for traffic markings 2) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 3) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 4) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 5) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 32 17 23 - 6 PAVEMENT MARKINGS Page 6 of 11 6) The density and quality of the material shall be uniform throughout the markings. 7) The thickness shall be uniform throughout the length and width of the markings. 8) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 9) The minimum thickness of the marking, as measured above the plane formed by the pavement surface, shall not be less than 1/8 inch in the center of the marking and 3/32 inch at a distance of/z inch from the edge. 10) Maximum thickness shall be 3/16 inch. 11) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 12) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over 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 exhibit uniform retro-directive reflectance. 14) Traffic 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 f) Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. c. 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. d. 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. e. Traffic 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 Control 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 TxDOT Specification DMS-4300. c. The reflective markers shall be plastic, meet or exceed the TxDOT 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20I1 West Berry Streetscape Improvements City Project No. 00407 MIN 321723-7 PAVEMENT MARKINGS Page 7 of I 1 1 2) Type II -A -A, yellow body, 2 faces reflect amber 2 3) Type II-C-R, white body, 1 face reflects white, the other red 3 3. Work Zone Markings 4 a. Tabs 5 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 6 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker 7 Tabs." 8 2) Removable markings shall not be used to simulate edge lines. 9 3) No segment of roadway open to traffic shall remain without permanent 10 pavement markings for a period greater than 14 calendar days. 11 b. Raised Markers 12 1) All raised pavement markers shall meet the requirements of DMS-4200. 13 c. Striping 14 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 15 8200. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL 18 A. Performance 19 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 20 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (mph) <30 35-50 >-55 2-lane roads with centerline n/a 100 250 markings only (1) All other roads (2) n/a 50 100 21 (1) Measured at standard 30-m geometry in units ofmcd/mZ/lux. 22 (2) Exceptions: 23 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 24 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 25 long as the RRPMs are maintained so that at least 3 are visible from any position along that 26 line during nighttime conditions. 27 B. When continuous roadway lighting assures that the markings are visible, minimum 28 pavement marking retroreflectivity levels are not applicable. 29 PART 3 - EXECUTION 30 3.1 EXAMINATION [NOT USED] 31 3.2 PREPARATION 32 A. Pavement Conditions 33 L Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 34 markings and other forms of contamination. 35 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 36 curing membrane. 37 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 32 1723 -8 PAVEMENT MARKINGS Page 8 of I I 1 4. Pavement shall be considered dry, 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 motorists or pedestrians. 6 3.3 INSTALLATION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. General 1. The materials shall be applied according to the manufacturer's recommendations. 2. Markings and markers shall be applied within temperature limits recommended by the material manufacturer, and shall be applied on clean, dry pavement having a surface temperature above 50 degrees Fahrenheit. 3. Markings that are not properly applied due to faulty application methods or being placed in the wrong position or alignment shall be removed and replaced by the Contractor at the Contractor's expense. If the 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 confirmed by fax. Other mistakes shall be remedied within 5 days of written notification. 4. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 6. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. B. Pavement Markings 1. Thermoplastic, hot applied, spray a. This method shall be used to install and replace long lines — centerlines, lane lines, edge lines, turn lanes, and dots. b. 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 temperature and the humidity factor. e. Retroreflective raised markers shall be used to supplement the centerlines, lane lines, and turn lanes. Refer to City Standard Detail Drawings for placement. f. Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2A.A.1 of this Specification. 2. Thermoplastic, hot applied, extruded a. This method shall be used to install and replace crosswalks and stop -lines. b. Markings shall be applied at a 125 mil thickness. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 3. Preformed Polymer Tape a. This method shall be used to install and replace crosswalks, stop -lines, and legends. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 MA 32 1723 -9 PAVEMENT MARKINGS Page 9 of 11 1 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 2 this Specification. 3 4. Preformed Heat -Activated Thermoplastic Tape 4 a. This method shall be used to install and replace crosswalks, stop -lines, and 5 legends. 6 b. The applied marking shall adhere to the pavement surface with no slippage or 7 lifting and have square ends, straight lines and clean edges. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 5. Traffic Paint 11 a. This method shall be used to install Work Zone Markings, Parking Lot 12 Markings and any other temporary marking application. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends, straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 17 C. Raised Markers 18 1. All permanent 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 D. Work Zone Markings 26 1. Work shall be performed with as little disruption to traffic as possible. 27 2. Install longitudinal markings on pavement surfaces before opening to traffic. 28 3. Maintain lane alignment traffic control devices and operations until markings are 29 installed. 30 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 31 shown on the Drawings. 32 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 33 of a surface treatment, unless otherwise shown on the Drawings. 34 6. Place markings in proper alignment with the location of the final pavement 35 markings. 36 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 37 transverse lines. 38 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 39 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 40 beam automobile headlight. 41 9. The daytime and nighttime reflected color of the markings must be distinctly white 42 or yellow. 43 10. The markings must exhibit uniform retroreflective characteristics. 44 IL Epoxy adhesives shall not be used to work zone markings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 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 t/4 inch in depth resulting from the removal of pavement markings and markers. 11 Driveway patch asphalt emulsion may be broom applied to reseal damage to 12 asphaltic surfaces. 13 e. Dispose of markers in accordance with federal, state, and local regulations. 14 f. Use any of the following methods unless otherwise shown on the Drawings. 15 1) Surface Treatment Method 16 a) Apply surface treatment at rates shown on the Drawings or as directed. 17 Place a surface treatment a 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 pavement 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 water 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 method 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 REPAIR / RESTORATION [NOT USED] 42 3.6 RE -INSTALLATION [NOT USED] 43 3.7 FIELD QUALITY CONTROL 44 A. All lines must have clean edges, square ends, and be uniform cross-section. 45 B. The density and quality of markings shall be uniform throughout their thickness. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 .w r .. i M MM 1W 321723-11 PAVEMENT MARKINGS 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 construction 7 operations. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 M% am i dw AM i dM AM 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 3291 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 SECTION 32 9119 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PART1- GENERAL 1.1 SUMMARY A. Section Includes 1. Furnish and place topsoil to the depths and on the areas shown on the plans. B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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 West Berry Streetscape hnprovements Aft STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3291 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. is free from objectionable material including subsoil, weeds, clay lumps, non - soil materials, roots, stumps or stones larger than 1.5 inches b. has a high resistance to erosion, and c. is able to support plant growth. 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less. 6. Plasticity Index: 20 or less. 7. Gradation: maximum of 10 percent passing No. 200 sieve. B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. Finishing of Parkways. 36 1. Smoothly shape parkways, shoulders, slopes, and ditches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3291 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 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 with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot. b. Maximum:4:1. c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade 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 maximum slope of 4: 1. B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 �I 4W am M min 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 7 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnishing and installing grass sod and permanent seeding as shown on 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 A. Measurement and Payment 16 1. Measurement 17 a. Block Sod Placement: measure by the square yard. 18 b. Seeding: measure by the square yard by the installation method. 19 c. Mowing: measure by each. 20 2. Payment 21 a. Block Sod Placement: contract unit price and total compensation for furnishing 22 and placing all sod, rolling and tamping, watering (until established), disposal 23 of all surplus materials, and material, labor, equipment, tools and incidentals 24 necessary to complete the work. 25 b. Seeding: contract unit price and total compensation for furnishing all materials 26 including water for seed -fertilizer, slurry and hydraulic mulching, water and 27 mowing (until established), fertilizer, and material, labor, equipment, tools and 28 incidentals necessary to complete the work. 29 c. Mowing: contract unit price and total compensation for material, labor, 30 equipment, tools and incidentals necessary to complete the work. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDJ 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS 35 A. Seed 36 1. Vendors' certification that seeds meet Texas State seed law including: 37 a. Testing and labeling for pure live seed (PLS). 38 b. Name and type of seed. 39 2. All seed shall be tested in a laboratory with certified results presented to the City in 40 writing, prior to planting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 r.� 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 USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 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. If using native grass or wildflower seed, seed must have been harvested within one 12 hundred (100) miles of the construction site. 13 2. Each species of seed shall be supplied in a separate, labeled container for 14 acceptance by the City. 15 C. Fertilizer 16 1. Provide fertilizer labeled with the analysis. 17 2. Conform to Texas fertilizer law. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 22 2.2 MATERIALS AND EQUIPMENT 23 A. Materials 24 1. Block Sod 25 a. Sod Varieties (match existing if applicable) 26 1) "Stenotaphrum secundatum" (St. Augustine grass), 27 2) "Cynodon dactylon" (Common Bermudagrass), 28 3) "Buchloe dactyloides" (Buffalograss), 29 4) an approved hybrid of Common Bermudagrass, 30 5) or an approved Zoysiagrass. 31 b. Sod must contain stolons, leaf blades, rhizomes and roots. 32 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 33 foreign materials and weeds and grasses deleterious to its growth or which 34 might affect its subsistence or hardiness when transplanted. 35 d. Minimum sod thickness: 3/4 inch 36 e. Maximum grass height: 2 inches 37 f. Acceptable growing beds: 38 1) St. Augustine grass sod: clay or clay loam topsoil. 39 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. 40 g. Dimensions. 41 1) Machine cut to uniform soil thickness. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 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 and other material in the mixture. 17 b) Seed not allowed: 18 (1) Johnsongrass 19 (2) nutgrass seed 20 4) Harvest seed within 1-year prior to planting 21 b. Non-native Grass Seed 22 1) Plant between April 15 and September 10 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 2) Plant between September 10 and April 15 26 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium multiorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 27 28 c. Native Grass Seed 29 1) Plant between February 1 and October 1. 30 31 Lbs. PLS/Acre 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 Common Name Green Sprangletop Sideoats Grama* Little Bluestein* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestein Eastern Grama Blue Grama Switchgrass Prairie Wildrye* Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1,2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 7 d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. 4. Fertilizer a. acceptable condition for distribution b. applied uniformly over the planted area. c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding. 2) Newly established seeding areas - 100 pounds of nitrogen per acre. 3) Established seeding areas - 150 pounds of nitrogen per acre. 5. Topsoil: See Section 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 7. Soil Retention Blanket a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 7 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Surface Preparation: clear surface of all material including: 9 1. Stumps, stones, and other objects larger than one inch. -• 10 2. Roots, brush, wire, stakes, etc. 11 3. Any objects that may interfere with seeding or maintenance. Y 12 B. Tilling 13 1. Compacted areas: till one inch deep. 14 2. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less 15 seed/water run-off. 16 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 17 3.4 INSTALLATION 18 A. Block Sodding 19 1. General: 20 a. Place sod between curb and walk and on terraces that is the same type grass as 21 adjacent grass or existing lawn. 22 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 23 average first freeze in the fall. 24 2. Installation 25 a. Plant sod specified after the area has been completed to the lines and grades 26 shown on the plans with 6 inches of topsoil. 27 b. Use care to retain native soil on the roots of the sod during the process of 28 excavating, hauling and planting. 29 c. Keep sod material moist from the time it is dug until planted. 30 d. Place sod so that the entire area designated for sodding is covered. 31 e. Fill voids left in the solid sodding with additional sod and tamp. 32 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform ' 33 slope. 34 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 35 firm earth in areas that may slide due to the height or slope of the surface or 36 nature of the soil. 37 3. Watering and Finishing 38 a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary -i 39 metering / irrigation, water truck or by any other method necessary to achieve 40 an acceptable stand of turf as defined in 3.13.13. 41 b. Thoroughly water sod immediately after planted. _• 42 c. Water until established. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 7 d. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the 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. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) scalp existing grasses to one inch. 2) remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the plans or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1 /4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter -like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within thirty (30) minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the plans or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.13. b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 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 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 7 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 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. C. Rejection 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 Mft 1 2 3 PART1- GENERAL 4 1.1 SUMMARY �*+ 5 6 7 8 9 +` 10 11 12 13 14 32 93 43 - 1 TREES AND SHRUBS Page 1 of 8 SECTION 32 93 43 TREES AND SHRUBS A. Section Includes 1. Tree and shrub planting and maintenance within street right-of-way and easements. 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 92 13 - Hydromulching, Seeding and Sodding. 4. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 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 42 43 A. Measurement and Payment 1. Measurement a. Plant Tree: measure per each by caliper. b. Remove Tree: measure per each by the range of caliper inch for removal in 6- inch increments. c. Remove and Transplant Tree: measure per each by caliper to be removed, stored and transplanted. 2. Payment a. Plant Tree: contract unit price and total compensation for 1) furnishing and installing trees, 2) hauling, 3) grading and backfilling, 4) excavation 5) fertilization, 6) water 7) removing and disposing of surplus material, and 8) all equipment, labor, tools and incidentals to complete the work. b. Remove Tree: contract unit price and total compensation for 1) Removing tree, 2) Grading and backfilling, 3) Excavation, 4) Fertilization, 5) Water, 6) Removing and disposing of surplus material, and 7) All labor, tools, equipment, and incidentals to complete the work. c. Remove and Transplant Tree: contract unit price and total compensation for 1) Moving tree with truck mounted tree spade. 2) Replanting tree at temporary location, (determined by CONTRACTOR). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 93 43 - 2 TREES AND SHRUBS Page 2 of 8 1 3) Maintaining tree until construction is complete. 2 4) Replanting same tree back to its original or other location. 3 5) Grading and backfilling, 4 6) Excavation, 5 7) Fertilization, 6 8) Water, 7 9) Removing and disposing of surplus material, and 8 10) All equipment, labor, tools, and incidentals to complete the work. 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this specification refer to the current reference standard 12 published at the time of the latest revision date logged at the end of this 13 specification, unless a date is specifically cited. 14 2. American National Standards Institute (ANSI): 15 a. ANSI Z60.1, American Standard for Nursery Stock 16 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing 17 Co., New York. 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 ACTION SUBMITTALS [NOT USED] 20 1.6 INFORMATIONAL SUBMITTALS 21 A. Tree data: Submit certification from supplier that each type of tree conforms to 22 specification requirements. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE 26 A. Coordination: 27 1. Coordinate with City Forester prior to beginning construction activities adjacent to 28 or that will impact existing trees and shrubs. 29 B. Qualifications 30 1. Landscaper specialized in landscape and planting work. 31 C. Substitutions 32 1. Not permitted unless approved by City when specified planting material is not 33 obtainable 34 a. Submit proof of non -availability together with proposal for use of equivalent 35 material. 36 b. Substitutions of larger size or better grade than specified will be allowed upon 37 approval by City Forester, but with no increase in unit price. 38 1.10 DELIVERY, STORAGE, AND HANDLING 39 A. Do not remove container grown stock from containers before time of planting. 40 B. Delivery and Acceptance Requirements 41 1. Ship trees with Certificates of Inspection as required by governing authorities. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 329343-3 TREES AND SHRUBS Page 3 of 8 1 2. Label each tree and shrub with securely attached waterproof tag bearing legible 2 designation of botanical and common name. 3 3. Use protective covering during delivery. 4 4. Deliver packaged materials in fully labeled original containers showing weight, 5 analysis and name of manufacturer. 6 C. Storage and Handling Requirements 7 1. Protect materials from deterioration during delivery, and while stored at Site. 8 2. Do not prune prior to installation. 9 3. Do not bend or bind -tie trees or shrubs in such manner as to damage bark, break 10 branches, or destroy natural shape. l 1 1.11 FIELD CONDITIONS [NOT USED] 12 1.12 WARRANTY 13 A. Warranty Period: 12 months after job acceptance. 14 B. Warrant trees against defects including: 15 1. Death. 16 2. Unsatisfactory growth. 17 3. Loss of shape due to improper pruning, maintenance, or weather conditions. 18 C. Plumb leaning trees during warranty period. 19 D. Remove and replace trees found to be dead during warranty period. 20 E. Remove and replace trees which are in doubtful condition at end of warranty period, or 21 when approved by City, extend warranty period for trees for full growing season. 22 PART 2 - PRODUCTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least two years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hortus Third. c. All plants are to be grown and harvested in accordance with the American Standard for Nursery Stock. d. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree's north orientation in the nursery for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 329343-4 TREES AND SHRUBS Page 4 of 8 c. Crown shall be in good overall proportion to entire height of tree with branching configuration as recommended by ANSI Z60.1 for type and species specified. d. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standard for Nursery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. e. Where clump is specified, furnish plant having minimum of three stems originating from common base at ground line. f. Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure. b) Indicated calipers on plans are minimum. c) Averaging of plant caliber: not permitted g. Trees shall conform to following requirements: 1) Healthy, 2) Vigorous stock, 3) Grown in recognized nursery. 4) Free of a) Disease b) Insects c) Eggs d) Larvae e) Defects such as (1) Knots (2) Sun -scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. 4. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal a. Wrap: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 a .0 i a 4W oft 329343-5 TREES AND SHRUBS Page 5 of 8 1 1) First quality. 2 2) Bituminous impregnated tape. 3 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 4 having qualities to resist insect infestation. 5 b. Twine: 6 1) Lightly tarred, medium -coarse sisal (lath) yarn. 7 2) Do not use nails or staples to fasten wrapping. 8 c. Seal: Commercially available tree wound dressing specifically produced for use 9 in sealing tree cuts and wounds. 10 6. Water: clean and free of industrial wastes or other substances harmful to the growth 11 of the tree. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL 14 A. Notify City, prior to installation, of location where trees that have been selected for 15 planting may be inspected. 16 B. Plant material will be inspected for compliance with following requirements. 17 1. Genus, species, variety, size and quality. 18 2. Size and condition of balls and root systems, insects, injuries and latent defects. 19 PART 3 - EXECUTION [NOT USED] 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. General 24 1. Schedule work so that planting can proceed rapidly as portions of site become 25 available. 26 2. Plant trees after final grades are established and prior to seeding or sodding. 27 3. When planting of trees occurs after seeding work, protect seeded areas and 28 promptly repair damage to seeded areas resulting from tree planting operations in 29 compliance with requirements of Section 32 92 13. 30 4. Layout individual trees at locations shown on plans. 31 5. In case of conflicts, notify City before proceeding with Work. 32 6. Stake trees for City approval. 33 B. Preparation of Planting Soil 34 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other 35 extraneous materials harmful or toxic to plant growth. 36 2. Strip and utilize 4 inch layer of top soil from existing ground. 37 3. Delay mixing of fertilizer when planting will not follow placing of planting soil 38 within 48 hours. 39 4. Incorporate amendments into soil as part of soil preparation process prior to fine 40 grading, fertilizing, and planting. 41 5. Broadcast or spread amendments evenly at specified rate over planting area. CITY OF FORT WORTH West Berry Streetscape Improvements a STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 329343-6 TREES AND SHRUBS Page 6 of 8 1 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 2 amendments are pulverized and have become homogeneous layer of topsoil ready 3 for planting. 4 3.4 INSTALLATION 5 6 7 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 A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following minimum widths: a. 15 gallon containers or larger, 2 feet wider than diameter of root ball. b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball. 3. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. 5. When planting is delayed more than 6 hours after delivery a. Set trees and shrubs in shade. b. Protect from weather and mechanical damage. c. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. 8. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to allow for mulching. 15. Mulch pits, trenches and planted areas. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 32 93 43 -7 TREES AND SHRUBS Page 7 of 8 1 a. All trees, shrubs and other plantings will be mulched with mulch previously 2 approved by the City Forester. The mulch on trees and shrubs shall be to the 3 depths shown on the drawing. Mulch must not be placed within 3 inches of the 4 trunks of trees and shrubs. 5 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level 6 with adjacent finish grades. 7 17. Cover entire root ball. 8 18. Prune 9 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 10 planting to correct defects in the tree structure, including removal of injured 11 branches, double leaders, watersprouts, suckers, and interfering branches. 12 Healthy lower branches and interior small twigs should not be removed except 13 as necessary to clear walks and roads. In no case should more than on -quarter 14 of the branching structure be removed. Retain the normal shape of the plant. 15 b. All pruning shall be completed using clean sharp tools. All cuts shall be clean 16 and smooth, with the bark intact with no rough edges or tears. 17 c. Except in circumstances dictated by the needs of specific pruning practices, tree 18 paint shall not be used. The use of tree paint shall be only upon approval of the 19 City Forester. Tree paint, when required, shall be paint specifically formulated 20 and manufactured for horticultural use. 21 19. Prune trees to retain required height and spread. 22 20. Do not cut tree leaders, and remove only injured and dead branches from flowering 23 trees. 24 21. Remove and replace excessively pruned or misformed stock resulting from 25 improper pruning. 26 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 27 corrective measures. 28 23. Guy and stake trees immediately after planting. 29 B. Moving Existing Trees 30 1. Coordinate tree moving and replanting with City Forester during dormant growth 31 season. 32 2. Provide tree spade of adequate size as directed by City Forester. 33 3.5 [REPAIR]/[RESTORATION] [NOT USED] 34 3.6 RE -INSTALLATION [NOT USED] 35 3.7 FIELD QUALITY CONTROL 36 A. City may reject unsatisfactory or defective material at anytime during progress of 37 Work. 38 B. Remove rejected trees immediately from site and replace with specified materials. 39 C. Plant material not installed in accordance with these Specifications will be rejected. 40 D. An inspection to determine final acceptance will be conducted by City at end of 12 41 month maintenance period. 42 E. Warranty periods provided for in paragraph 1.12A. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 329343-8 TREES AND SHRUBS Page 8 of 8 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be permitted. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. 3.13 MAINTENANCE A. Maintenance Period: 12 months after job acceptance. B. Begin maintenance under this Item when the installation of plants on the project is complete and approved, or as directed. C. Perform the maintenance work for a minimum of 90 days at the designated locations as shown on the plans. D. If a work schedule and frequency are not shown on the plans, perform the minimum requirements shown below. 1. Water trees to full depth minimum of once each week or as required to maintain healthy vigorous growth. 2. Prune, cultivate, and weed as required for healthy growth. 3. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical position as required. 5. Restore or replace damaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 3.14 ATTACHMENTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 330430-1 TEMPORARY WATER SERVICES Pagel of 4 1 SECTION 33 04 30 2 TEMPORARY WATER SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Water Service needed to maintain service during water main 7 replacement project 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Products Installed But Not Furnished Under This Section 11 1. Fire Hydrant Meters 12 D. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Specification 32 12 16 — Asphalt Paving 17 4. Specification 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 19 6. Specification 33 12 10 — Water Services 1-inch to 2-inch 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for Temporary Water Services will be measured by: 24 1) Lump sum or 25 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured under "Measurement" will be paid for at the unit price bid for 29 "Temporary Water Service" of the type specified. 30 3. The price bid shall include: 31 a. Temporary water service line 32 b. Connections 33 c. Fittings 34 d. Valves 35 e. Corporation stops 36 f. Temporary asphalt for crossings 37 g. Traffic Control 38 It. Disinfection 39 i. Removal of temporary services CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 330430-2 TEMPORARY WATER SERVICES Page 2 of 4 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NSF International a. 61, Drinking Water System Components —Health Effects 3. ASTM International (ASTM): a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR -PR) Based on Controlled Outside Diameter 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruption and meet requirements of Division 1. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Fire Hydrant Meters 2.2 EQUIPMENT, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 APR qE M do M An 330430-3 TEMPORARY WATER SERVICES Page 3 of 4 1 3. Temporary Water Service Main 2 a. Galvanized steel pipe 3 b. Conform to Schedule 40. 4 4. Driveway Approach 5 a. Asphalt 6 1) Type B Asphalt in accordance with Section 32 12 16 7 C. Design Criteria 8 1. Service lines 9 a. %-inch minimum pipe size 10 b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 11 2. Temporary Water Service Main 12 a. 2-inch minimum pipe size 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. General 21 1. Install Temporary Water Services in accordance with provisions herein and in 22 accordance with City Standard Details. 23 2. Perform disinfection test of temporary water service main and water services in 24 accordance with Section 33 04 40. 25 B. Temporary Water Service Installation 26 1. Connect to existing water supply 27 a. Fire hydrant 28 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. 29 b. If a fire hydrant is not available, tap existing water main. 30 1) Connect to water main with 2-inch service tap and a corporation stop in 31 accordance with Section 33 12 10. 32 2) Record water usage with a hydrant meter. 33 3) Do not tap existing water main, unless approved by the City. 34 2. Water service 35 a. Connect 3/-inch water service to 2-inch temporary water service main. 36 b. Remove existing meters, tag with address and provide to City Inspector. 37 c. Connect %-inch temporary water service to existing private service. 38 d. Cover domestic meter box with protective guard or barricade. 39 C. Intersection and Driveway Approach Crossing for Temporary Water Service 40 1. Crossing for Temporary Water Service Main CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 330430-4 TEMPORARY WATER SERVICES Page 4 of 4 1 a. Cover temporary service line with sufficient asphalt to protect service line and 2 to provide a driveable crossing. 3 b. If required to bury temporary service line due to high volume traffic, or other 4 reasons required by the City, excavate, embed and backfill in accordance with 5 Section 33 05 10. 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. Field Tests and Inspections 10 1. Check each water service installation for leaks with full flow through the curb stop 11 at the time the main is tested in accordance with Section 33 04 40. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 21 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH West Berry Streetscape improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 7 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code (TAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 — General Requirements 19 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 27 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 28 complete in place, and no other compensation will be allowed. 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Water Works Association/American (AWWA): 35 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. 36 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. 37 c. C651, Disinfecting Water Mains. CITY OF FORT WORTH West Berry Streetscape Improvements am STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 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 entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan — prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De -chlorination d. Sampling 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 r , 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 7 1 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, .,. 2 tees, crosses, wyes, and gate valves. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3- EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 10 3.5 REPAIR/RESTORATION [NOT USED] a• 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING 16 A. General 17 1. All water mains shall be cleaned prior to bacteriological testing. 18 a. Pig all 36-inch and smaller water mains. 19 b. Pig or manually sweep 42-inch and larger mains. 20 c. Flushing is only permitted when specially designated in the Drawings, or if 21 pigging is not practical and approved by the City. 22 B. Pigging Method 23 1. If the method of pigging is to be used, prepare the main for the installation and 24 removal of a pig, including: 25 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 26 remove cleaning Wye covers, etc. 27 b. Where expulsion of the pig is required through a dead -ended conduit: 28 1) Prevent backflow of purged water into the main after passage of the pig. "'` 29 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 30 smaller mains to prevent backwater re-entry into the main. 31 3) Additional excavation of the trench may be performed on mains over 12 32 inches, to prevent backwater re-entry into the main. 33 4) Flush any backflow water that inadvertently enters the main. 34 c. Flush short dead-end pipe sections not swabbed by a pig. 35 d. Once pigging is complete: 36 1) Pigging wyes shall remain in place unless otherwise specified in the 37 Contract Documents. 38 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 7 1 3) Plug and place blocking at other openings. 2 4) Backfill 3 5) Complete all appurtenant work necessary to secure the system and proceed 4 with disinfection. 5 C. Flushing Method 6 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 Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main — %-inch blow -off 2) 10-inch 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 discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing 1. All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less that 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test Fire hydrants to the fire hydrant valve. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 7 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Close isolation valves for air release valves. 5) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L = SD 4P 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 7 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de -chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/l or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 t 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 7 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 laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 33 34 35 36 37 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 -M 4. FM M PM 4. Am 9^ 3305 10- I UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 18 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Backfill 22 g. Compaction 23 B. Deviations from this City of Fort Worth Standard Specification 24 1. None. 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1 — General Requirements 29 3. Section 02 41 13 — Selective Site Demolition 30 4. Section 02 41 15 — Paving Removal 31 5. Section 02 41 14 — Utility Removal/Abandonment 32 6. Section 03 34 13 — Controlled Low Strength Material (CLSM) 33 7. Section 31 10 00 —Site Clearing 34 8. Section 3125 00 — Erosion and Sediment Control 35 9. Section 33 05 26 — Utility Markers/Locators 36 10. Section 34 71 13 —Traffic Control 37 1.2 PRICE 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 West Berry Streetscape Improvements PM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3305 10 - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 18 a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water f) Removal of ground water control system 4. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 o. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 18 1.3 REFERENCES A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: %\\%\v��PAVED AREAS�`M UNPAVED AREAS Q J m J Q INITIAL BACKFILL �! LLJ z \i\\0 m SPRINGLINE `;/ ------- HAUNCHING BEDDING FOUNDATION OD CLEARANCE EXCAVATED TRENCH WIDTH 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 backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3305 10-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 18 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards: 5 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 6 b. ASTM C88-05 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 Classification for Sizes of Aggregate for Road and 10 Bridge Construction. 11 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 f. 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/0 600 Kn-m/M3)). 17 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 18 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) 27 in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 28 Weight of Soils and Calculations of Relative Density 29 3. OSHA 30 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 31 Regulations for Construction, Subpart P - Excavations 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Coordination 34 1. Utility Company Notification 35 a. Notify area utility companies at least 48 hours in advance, excluding weekends 36 and holidays, before starting excavation. 37 b. Request the location of buried lines and cables in the vicinity of the proposed 38 work. 39 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 0133 00. 46 B. All submittals shall be approved by the Engineer or the City prior to construction. CITY OF FORT WORTH West Berry StreeLkape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3305 10 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of I8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Shop Drawings 3 1. Provide detailed drawings and 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 11 easement. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage 17 1. Within Existing Rights -of -Way (ROW) 18 a. Spoil, imported embedment and backfill materials may be stored within 19 existing ROW, easements or temporary construction easements, unless 20 specifically disallowed in the Contract Documents. 21 b. Do not block drainage ways, inlets or driveways. 22 c. Provide erosion control in accordance with Section 3125 00. 23 d. Store materials only in areas barricaded as provided in the traffic control plans. 24 e. In non -paved areas, do not store material on the root zone of any trees or in 25 landscaped areas. 26 2. Designated Storage Areas 27 a. If the Contract Documents do not allow the storage of spoils, embedment or 28 backfill materials within the ROW, easement or temporary construction 29 easement, then secure and maintain an adequate storage location. 30 b. Provide an affidavit that rights have been secured to store the materials on 31 private property. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Do not block drainage ways. 34 e. Only materials used for 1 working day will be allowed to be stored in the work 35 zone. 36 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 37 1.11 FIELD [SITE] CONDITIONS 38 A. Existing Conditions 39 1. Any data which has been or may be provided on subsurface conditions is not 40 intended as a representation or warranty of accuracy or continuity between soils. It 41 is expressly understood that neither the City nor the Engineer will be responsible 42 for interpretations or conclusions drawn there from by the Contractor. 43 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 18 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: 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 concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be 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 C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 I i 2 3 4 i 5 6 7 •• 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 i r, An i i am Aft 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 18 d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type I/II portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) 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 monofilament polypropylene woven yarn 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 18 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground 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 appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 22 3.3 PREPARATION 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all 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 backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 r 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 18 f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for 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 traffic control plan c. Use traffic rated plates to maintain access until access is restored. 5. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, 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 City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. CITY OF FORT WORTH West Berry Streetscape Improvements M STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 20I I 3305 10- 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 18 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 until 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. 11 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 2. Excavation protection systems shall be designed according to the space limitations 16 as indicated in the Drawings. 17 3. Furnish, put in place and maintain a trench safety system in accordance with the 18 Excavation Safety Plan and required by Federal, State or local safety requirements. 19 4. If soil or water conditions are encountered that are not addressed by the current 20 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 21 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 22 City. 23 5. Do not allow soil, or water containing soil, to migrate through the Excavation 24 Safety System in sufficient quantities to adversely affect the suitability of the 25 Excavation Protection System. Movable bracing, shoring plates or trench boxes 26 used to support the sides of the trench excavation shall not: 27 a. Disturb the embedment located in the pipe zone or lower 28 b. Alter the pipe's line and grade after the Excavation Protection System is 29 removed 30 c. Compromise the compaction of the embedment located below the spring line of 31 the pipe and in the haunching 32 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 2. Ground Water 37 a. Furnish all materials and equipment to dewater ground water by a method 38 which preserves the undisturbed state of the subgrade soils. 39 b. Do not allow the pipe to be submerged within 24 hours after placement. 40 c. Do not allow water to flow over concrete until it has sufficiently cured. 41 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 42 Control Plan if any of the following conditions are encountered: 43 1) A Ground Water Control Plan is specifically required by the Contract 44 Documents 45 2) If in the sole judgment of the City, ground water is so severe that an 46 Engineered Ground Water Control Plan is required to protect the trench or 47 the installation of the pipe which may include: CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 r� 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 330510-I1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 18 a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-24 inches in Diameter a. The entire embedment zone shall be of uniform material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3305 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 18 b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths greater than 15 feet deep. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. in. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines Greater than 24 Inches in Diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) t 1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 any 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 r. 3305 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 18 j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within t0.1 inches of the elevation on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by City to verify that the compaction of embedment meets requirements. m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Bevy Streetscape Improvements City Project No. 00407 3 4 5 6 7 8 9 10 A 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3305 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 18 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe line shall be within f0.1 inches of the elevation on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13 or cement stabilized sand (CSS). g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within f0.1 inches of the elevation on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 oft 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3305 10-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 18 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth greater than 15 feet and under pavement or future pavement 1) Backfill depth from 0-15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth greater than 15 feet deep a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth greater than 15 feet and not under pavement or future pavement 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material 3. Required Compaction and Density a. Final backfill depths less than 15 feet 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill depths greater than 15 feet and under existing or future pavement 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3305 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 18 1 c. Final backfill depths greater than 15 feet and not under existing or future 2 pavement 3 1) Compact acceptable backfill material blended backfill material, or select 4 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 5 moisture content within -2 to +5 percent of the optimum moisture. 6 4. Saturated Soils 7 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 8 optimum moisture content, the soils are considered saturated. 9 b. If saturated soils are identified in the Drawings or Geotechnical Report in the 10 Appendix, Contractor shall proceed with Work following all backfill 11 procedures outlined in the Drawings for areas of soil saturation greater than 5 12 percent. 13 c. If saturated soils are encountered during Work but not identified in Drawings or 14 Geotechnical Report in the Appendix: 15 1) The Contractor shall: 16 a) Immediately notify the City. 17 b) Submit a Contract Claim for Extra Work associated with direction from 18 City. 19 2) The City shall: 20 a) Investigate soils and determine if Work can proceed in the identified 21 location. 22 b) Direct the Contractor of changed backfill procedures associated with 23 the saturated soils that may include: 24 (1) Imported backfill 25 (2) A site specific backfill design 26 5. Placement of Backfill 27 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 backfill. 34 e. Remove any loose materials due to the movement of any trench box or shoring 35 or due to sloughing of the trench wall. 36 f. Install appropriate tracking balls for water and sanitary sewer trenches in 37 accordance with Section 33 05 26. 38 6. Backfill Means and Methods Demonstration 39 a. Notify the City in writing with sufficient time for the City to obtain samples 40 and perform standard proctor test in accordance with ASTM D698. 41 b. The results of the standard proctor test must be received prior to beginning 42 excavation. 43 c. Upon commencing of backfill placement for the project the Contractor shall 44 demonstrate means and methods to obtain the required densities. 45 d. Demonstrate Means and Methods for compaction including: 46 1) Depth of lifts for backfill which shall not exceed 12 inches 47 2) Method of moisture control for excessively dry or wet backfill 48 3) Placement and moving trench box, if used 49 4) Compaction techniques in an open trench CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 r.. OP- P r 3305 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 18 1 5) Compaction techniques around structure 2 e. Provide a testing trench box to provide access to the recently backfilled 3 material. 4 f. The City will provide a qualified testing lab full time during this period to 5 randomly test density and moisture continent. 6 1) The testing lab will provide results as available on the job site. 7 7. Varying Ground Conditions 8 a. Notify the City of varying ground conditions and the need for additional 9 proctors. 10 b. Request additional proctors when soil conditions change. 11 c. The City may acquire additional proctors at its discretion. 12 d. Significant changes in soil conditions will require an additional Means and 13 Methods demonstration. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Field Tests and Inspections 18 1. Proctors 19 a. The City will perform Proctors in accordance with ASTM D698. 20 b. Test results will generally be available to within 4 calendar days and distributed 21 to: 22 1) Contractor 23 2) City Project Manager 24 3) City Inspector 25 4) Engineer 26 c. Notify the City if the characteristic of the soil changes. 27 d. City will perform new proctors for varying soils: 28 1) When indicated in the geotechnical investigation in the Appendix 29 2) If notified by the Contractor 30 3) At the convenience of the City 31 e. Trenches where different soil types are present at different depths, the proctors 32 shall be based on the mixture of those soils. 33 2. Density Testing of Backfill 34 a. Density Test Shall be in conformance with ASTM D2922. 35 b. Provide a testing trench protection for trenches deeper than 5 feet. 36 c. Place, move and remove testing trench protection as necessary to facilitate all 37 test conducted by the City. 38 d. For final backfill depths less than 15 feet and trenches of any depth not under 39 existing or future pavement: 40 1) The City will perform density testing twice per working day when 41 backfilling operations are being conducted. 42 2) The testing lab shall take a minimum of 3 density tests of the current lift in 43 the available trench. 44 e. For final backfill depths greater than 15 feet deep: 45 1) The City will perform density testing twice per working day when 46 backfilling operations are being conducted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3305 10 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 18 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f. Make the excavation available for testing. g. The City will determine the location of the test. h. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non -Conforming Work 1. All non -conforming work shall be removed and replaced. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 32 33 DATE NAME 34 END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 r. 3305 14-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page t of 6 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 16 4. Section 33 05 13 — Frame, Cover and Grade Rings 17 5. Section 33 39 10 — Cast -in -Place Concrete Manholes 18 6. Section 33 39 20 — Precast Concrete Manholes 19 7. Section 33 12 20 — Resilient Seated Gate Valve 20 8. Section 33 12 21 —AWWA Rubber -Seated Butterfly Valve 21 9. Section 33 04 11 — Corrosion Control Test Station 22 10. Section 33 04 12 — Magnesium Anode Cathodic Protection 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manhole — Minor Adjustment 26 a. Measurement 27 1) Measurement for this Item shall be per each adjustment using only grade 28 rings or other minor adjustment devices to a grade specified on the 29 Drawings. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item will be paid for at the unit price bid per each "Manhole Adjustment, 33 Minor" completed. 34 c. The price bid shall include: 35 1) Pavement removal 36 2) Excavation 37 3) Hauling 38 4) Disposal of excess material 39 5) Grade rings or other adjustment device 40 6) Furnishing, placing and compaction of embedment and backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3305 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 6 7) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to manhole to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 3. Inlet a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 4. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 .. as am PP i i i MER A-ft am PW i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 6 5. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 6. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) , Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 7. Miscellaneous Structure a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill d. Clean-up CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 3305 14 - 4 ADJUSTING MANHOLES. INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 6 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. Texas Commission on Environmental Quality (TCEQ): 7 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 8 Related Structures. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. Cast -in -Place Concrete 22 1. See Section 03 30 00. 23 B. Modifications to Existing Concrete Structures 24 1. See Section 03 80 00. 25 C. Grade Rings 26 1. See Section 33 05 13. 27 D. Frame and Cover 28 1. See Section 33 05 13. 29 E. Backfill material 30 1. See Section 33 05 10. 31 F. Water valve box extension 32 1. See Section 33 12 20. 33 G. Corrosion Protection Test Station 34 1. See Section 33 04 11. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 w" a& .. rr 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 6 1 H. Cast -in -Place Concrete Manholes " 2 1. See Section 33 39 10. 3 I. Precast Concrete Manholes _ 4 1. See Section 33 39 20. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION 10 A. Verification of Conditions 11 1. Examine existing structure to be adjusted, for damage or defects that may affect 12 grade adjustment. 13 a. Report issue to City for consideration before beginning adjustment. 14 3.3 PREPARATION 15 A. Grade Verification 16 1. On major adjustments confirm any grade change noted on Drawings is consistent 17 with field measurements. 18 a. If not, coordinate with City to verify final grade before beginning adjustment. i 19 3.4 ADJUSTMENT 20 A. Manholes, Inlets, and Miscellaneous Structures 21 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 22 30-inch frame and cover assembly per TCEQ requirement. 23 2. On manhole major adjustments, inlets and miscellaneous structures protect the 24 bottom using wood forms shaped to fit so that no debris blocks the invert or the _ 25 inlet or outlet piping in during adjustments. 26 a. Do not use any more than a 2-piece bottom. 27 3. Do not extend chimney portion of the manhole beyond 24 inches. 28 4. Use the least number of grade rings necessary to meet required grade. 29 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 30 rings. 31 B. Valve Boxes 32 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 33 the Drawings. 34 C. Backfill and Grading 35 1. Backfill area of excavation surrounding each adjustment in accordance to Section 36 3305 10. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 6 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 i West Berry Streetscape Improvements City Project No. 00407 ,. 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 3305 16-1 CONCRETE WATER VAULT'S Page 1 of 5 SECTION 33 05 16 CONCRETE WATER VAULTS A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to Meter Vault or Butterfly Valve and Vault. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item are 22 subsidiary to the unit price bid per each "Meter Vault or Butterfly Valve and 23 Vault" complete in place and no other compensation will be allowed. 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. American Association of State Highway and Transportation Officials (AASHTO). 30 3. American Concrete Institute (ACI): 31 a. 350, Code Requirements for Environmental Engineering Concrete Structures 32 and Commentary. 33 4. ASTM International (ASTM): 34 a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 35 Concrete Reinforcement. 36 b. C857, Standard Practice for Minimum Structural Design Loading for 37 Underground Precast Concrete Utility Structures 38 c. C858, Standard Specification for Underground Precast Concrete Utility 39 Structures CITY OF FORT WORTH West Berry Streetscape Improvements +.. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 330516-2 CONCRETE WATER VAULTS Page 2 of 5 1 d. C891, Standard Practice for Installation of Underground Precast Concrete 2 Utility Structures. 3 e. C923, Standard Specification for Resilient Connectors Between Reinforced 4 Concrete Manholes Structures, Pipes, and Laterals. 5 5. Occupational Safety and Health Administration (OSHA) 6 a. 1910.23, Guarding Floor and Wall Openings and Holes 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the Engineer or the City prior to delivery. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Product Data 13 1. Precast Concrete Vault 14 2. Connection materials 15 3. Pipe connections at vault walls 16 4. Stubs and stub plugs 17 5. Grade ring 18 6. Ladder 19 7. External coating material 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Qualifications 24 1. Meet the requirements of ACI 318. 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Deliver vault or panels (units) to project site in such quantity to assure continuity of 27 installation. 28 B. Store units at the project site in a manner which prevents cracking, distortion, staining 29 or other physical damage. 30 C. Lift units by designed lifting points or supports. 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY 33 A. Manufacturer Warranty 34 1. Manufacturer's Warranty shall be in accordance with Division 1. SM 71 am i .r i jam M& CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 OhL Revised July 1, 2011 330516-3 CONCRETE WATER VAULTS Page 3 of 5 1 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 4 A. Manufacturers 5 1. Only the manufacturers as listed on the City's Standard Products List will be 6 considered as shown in Section 0160 00. 7 a. The manufacturer must comply with this Specification and related Sections. 8 2. Any product that is not listed on the Standard Products List is considered a 9 substitution and shall be submitted in accordance with Section 01 25 00. 10 B. Performance / Design Criteria 11 1. Vault 12 a. Vault dimensions per the Drawings 13 b. Opening per the Drawings 14 c. Incorporate a sump into the base or floor of the vault. 15 1) Avoid conflicts with piping. 16 2) Do not locate directly under the access location if applicable. 17 d. Place floor on a minimum 2 percent slope towards the sump. 18 2. Water Pipe Penetrations 19 a. Use adjustable -linked rubber seal devices to provide seals around pipe 20 penetrations. 21 3. Vault Access 22 a. Cover / Door 23 1) Where a standard manhole cover is not used, use an AASHTO HS-20 24 loaded fabricated aluminum door. 25 2) With aluminum door, provide an automatic hold -open arm with release 26 handle and locking device. 27 3) Provide Bilco type fall protection grating under aluminum door that meets 28 OSHA 29 CFR 1910.23 requirements or approved equal. 29 4) Incorporate a drain gutter with an outlet routed to the exterior of the vault 30 lid. 31 b. Ladder 32 1) Provide aluminum or stainless steel ladder to dimensions shown on 33 Drawings. 34 2) Provide Bilco 48-inch extendable handrail (ladder up) or approved equal. 35 3) Provide ladder up with telescoping tubular section that locks automatically 36 when fully extended and a release lever to allow it to be returned to its 37 lowered position. 38 C. Materials 39 1. Concrete for utility construction — Conform to Section 03 30 00. 40 2. Frame and Cover — Conform to Section 33 05 13. 41 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 42 4. Reinforcing Steel — Conform to Section 03 30 00. 43 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C 1628. 44 6. Interior Coating or Liner — Conform to Section 33 39 60. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3305 16 - 4 CONCRETE WATER VAULTS Page 4 of 5 1 7. Exterior Coating 2 a. Coal Tar Bitumastic for below grade damp proofing 3 b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils 4 c. Solids content is 68 percent by volume t 2 percent. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION ►5 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 A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 i E 1.F 3305 16-5 CONCRETE WATER VAULTS Page 5 of 5 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 330526-1 UTILITY MARKERS/LOCATORS Pagel of 6 1 SECTION 33 05 26 2 UTILITY MARKERS/LOCATORS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried and surface utility markers for utility construction 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item will be by lump sum. 17 2. Payment 18 a. The work performed and materials furnished in accordance with this Item will 19 be paid for at the lump sum price bid for "Utility Markers". 20 3. The price bid shall include: 21 a. Furnishing and installing Utility Markers as specified by the Drawings 22 b. Mobilization 23 c. Pavement removal 24 d. Excavation 25 e. Hauling 26 f. Disposal of excess material 27 g. Furnishing, placement and compaction of backfill 28 h. Clean-up 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Public Works Association (AWPA): 35 a. Uniform Color Code. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. Buried Marker 5 2. Surface Marker 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED 10R] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 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 A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers a. Detectable warning tape shall be as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 6 (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) b. Electronic utility marker balls shall be as follows: 1) Sealed shell containing a passive antenna — low -frequency resonance circuit tuned to specific frequency 2) Size — 4.5-inch diameter 3) Range — 5 feet minimum 4) Field Type/Shape — Spherical 5) Material — high -density polyethylene 6) Color and Frequency a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Frequency —145.7 kHz b) Sewer Line Markers (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Frequency —121.6 kHz 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color— Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color— Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 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 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 6 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers 1. Detectable Warning Tape a. Install in accordance with manufacturer's recommendations 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 330526-5 UTILITY MARKERS/LOCATORS Page 5 of 6 1 Marker Ball Clearance, Spacing, Bury and Placement 16-inch and Larger 12-inch and Smaller Water Lines Water Lines Sanitary Sewer Clearance between 4 inches 4 inches 4 inches Utility and ( minimum) ( minimum) ( minimum) Marker Maximum 5 feet 5 feet 5 feet Bury Depth Minimum 6 feet 6 feet 6 feet Spacing T 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 Placement -Horizontal Bends -Vertical Bends -Horizontal Pts of curvature, tangency, reverse curvature -Horizontal Tees (excluding fire hydrants) -Casings -Cleaning wyes -Plugs -Other Locations shown on Drawings - Horizontal Bends -Vertical Bends -Horizontal Pts of curvature, tangency, reverse curvature -Casings -Dead-ends -Stub-outs -ROW/Casings (Highways) -ROW/Casings (Railroads) -Other Locations shown on Drawings 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 Markers at the following locations: a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 ON Revised July I, 2011 330526-6 UTILITY MARKERS/LOCATORS Page 6 of 6 1 1) In undeveloped areas, place marker maximum of 2 feet away from an 2 above -ground feature such as a manhole or combination air valve vault. 3 2) Place at 500-foot intervals along the pipeline. 4 3.5 REPAIR / RESTORATION [NOT USED] 5 3.6 RE -INSTALLATION [NOT USED] 6 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 on i aft 330530-1 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 1 of 4 1 SECTION 33 05 30 2 EXPLORATORY EXCAVATION FOR EXISTING UTILITIES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction 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 05 10 — Utility Trench Excavation, Embedment and Backfill 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be per each excavation performed as identified 19 in the Drawings, or as directed. 20 2. Payment: 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per each "Exploratory Excavation of Existing Utilities" of the type 24 specified. 25 3. The price bid shall include: 26 a. Grade survey 27 b. Pavement removal 28 c. Excavation 29 d. Hauling 30 e. Disposal of excess material 31 f. Furnishing, placing and compaction of embedment 32 g. Furnishing, placing and compaction of backfill 33 h. Clean-up 34 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 West Berry Streetscape Improvements i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3305 30 - 2 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 4 Exploratory Excavation of Existing Utilities. 5 2. Coordinate location of all other existing utilities within vicinity of excavation prior 6 to commencing Exploratory Excavation. 7 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 8 commencement. 9 B. Sequencing 10 1. Exploratory Excavations shall be conducted prior to the construction of the entire 1 I project. 12 C. Scheduling 13 1. For critical utility locations, the City may choose to be present during excavation. 14 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 15 City personnel. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS 19 A. Report of Utility Location 20 1. Horizontal location of utility as surveyed 21 2. Vertical elevation of utility as surveyed 22 a. Top of utility 23 b. Spring line of utility 24 c. Existing ground 25 3. Material type, diameter and description of the condition of existing utility 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i MP es 1 PART 3 - EXECUTION E 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 330530-3 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 3 of 4 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Verify location of existing utility at location denoted on the Drawings, or as directed by the City or Engineer. 1. Expose utility to spring line, as necessary. 2. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Upon completion of the utility exploration, submit a report of the findings. C. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. D. Place embedment and backfill in accordance with Section 33 05 10. E. Once necessary data is obtained, immediately restore surface to existing conditions to: 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 / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 I 2 330530-4 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 4 of 4 Revision Log .� DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 i West Berry Streetscape Improvements City Project No. 00407 33 11 12- 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 1 SECTION 33 1112 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 3 PART1- 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 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. 33 0131 — Closed Circuit Television (CCTV) Inspection 15 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6. 33 05 24 — Installation of Carrier Pipe in Casing 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measured horizontally along the surface from center line to center line of the 22 fitting, manhole, or appurtenance 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured as provided under "Measurement" will be paid for at the unit price 26 bid per linear foot of "PVC Water Pipe" installed for: 27 1) Various sizes 28 2) Various types of backfill 29 b. The work performed and materials furnished in accordance with this Item and 30 measured as provided under "Measurement" will be paid for at the unit price 31 bid per linear foot of "Sewer Force Main" installed for: 32 1) Various sizes 33 3. The price bid shall include: 34 a. Furnishing and installing PVC Pressure Pipe with joints as specified by the 35 Drawings 36 b. Mobilization 37 c. Pavement removal 38 d. Excavation 39 e. Hauling 40 f. Disposal of excess material CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 33 11 12-2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 1 g. Furnishing, placement and compaction of embedment 2 h. Furnishing, placement and compaction of backfill 3 i. Clay Dams 4 j. Thrust restraint, if required by Contract Documents 5 k. Gaskets 6 1. Clean-up 7 in. Cleaning 8 n. Disinfection 9 o. Testing 10 1.3 REFERENCES 11 A. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15 2. American Association of State Highway and Transportation Officials (AASHTO). 16 3. ASTM International (ASTM): 17 a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) 18 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 19 b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using 20 Flexible Elastomeric Seals. 21 4. American Water Works Association (AWWA): 22 a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 23 b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes 24 and Fittings for Water. 25 c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN 26 through 12 IN, for Water Transmission and Distribution. 27 d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN 28 through 48 IN, for Water Transmission and Distribution. 29 e. M23, PVC Pipe — Design and Installation. 30 f. M41, Ductile -Iron Pipe and Fittings. 31 5. NSF International (NSF): 32 a. 61, Drinking Water System Components — Health Effects. 33 6. Underwriters Laboratories, Inc. (UL). 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 01 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 A. Product Data 40 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains 41 or wastewater gravity mains, including: 42 a. PVC Pressure Pipe CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 1 b. Manufacturer 2 c. Dimension Ratio 3 d. Joint Types 4 2. Restraint, if required in Contract Documents 5 a. Retainer glands 6 b. Thrust harnesses 7 c. Any other means of restraint 8 3. Gaskets 9 B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe 10 used in the water distribution system or for a wastewater force main for 24-inch and 11 greater diameters, including: 12 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 13 Texas including: 14 a. Working pressure 15 b. Surge pressure 16 c. Deflection 17 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 18 Professional Engineer in Texas, to verify the restraint lengths shown on the 19 Drawings. 20 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed 21 Professional Engineer in Texas including: 22 a. Pipe class 23 b. Joints type 24 c. Fittings 25 d. Stationing 26 e. Transitions 27 f. Joint deflection 28 C. Certificates 29 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of 30 this Section, each run of pipe furnished has met Specifications, all inspections have 31 been made and that all tests have been performed in accordance with AWWA C900 32 or AW WA C905. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Qualifications 37 1. Manufacturers 38 a. Finished pipe shall be the product of 1 manufacturer for each size, unless 39 otherwise approved by the City. 40 1) Change orders, specials, and field changes may be provided by a different 41 manufacturer upon City approval. 42 b. Pipe manufacturing operations shall be performed under the control of the 43 manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 r� 33 11 12-4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 1 c. All pipe famished shall be in conformance with AWWA C900 and AWWA 2 C905. 3 1.10 DELIVERY, STORAGE, AND HANDLING 4 A. Storage and Handling Requirements 5 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 6 2. Secure and maintain a location to store the material in accordance with Section 01 7 6600. 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed in the City's Standard Products List will be 15 considered as shown in Section 01 60 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 0125 00. 19 B. Pipe 20 1. Pipe shall be in accordance with AWWA C900 or AWWA C905. 21 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 22 3, Pressure Pipe shall be approved by the UL. 23 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces 24 necessary to comply with the Drawings. 25 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a 26 cell classification of 12454-13. Outside diameters must be equal to those of cast 27 iron and ductile iron pipes. 28 6. As a minimum the following Dimension Ratio's apply: 29 Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 30 7. Pipe Markings 31 a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum 32 pipe markings shall be as follows: 33 1) Manufacturer's Name or Trademark and production record 34 2) Nominal pipe size 35 3) Dimension Ratio CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 12-5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 4) AWWA C900 or AWWA C905 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (P,V) = 150 psi g. Surge Allowance (P.) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust: a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 01 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. CITY OF FORT WORTH West Berry Streetscape Improvements Am STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 I 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 1 a) Reduce the coefficient of friction to 0.25. 2 4. Joints 3 a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM 4 D3139. 5 b. Since each pipe manufacturer has a different design for push -on joints, gaskets 6 shall be part of a complete pipe section and purchased as such. 7 c. Lubricant must be non -toxic and NSF approved for potable water applications. 8 d. Push -On Restrained Joints shall only be as approved in the Standard Products 9 List in Section 01 60 00. 10 5. Detectable Markers 11 a. Provide detectable markers in accordance with Section 33 05 26. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION [NOT USED] 18 3.4 INSTALLATION 19 A. General 20 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 21 AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe 22 manufacturer's recommendations. 23 2. Lay pipe to the lines and grades as indicated in the Drawings. 24 3. Excavate and backfill trenches in accordance with Section 33 05 10. 25 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 26 5. For installation of carrier pipe within casing, see Section 33 05 24. 27 B. Pipe Handling 28 1. Haul and distribute pipe and fittings at the project site. 29 2. Handle piping with care to avoid damage. 30 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 31 lowering into the trench. 32 b. Use only nylon ropes, slings or other lifting devices that will not damage the 33 surface of the pipe for handling the pipe. 34 3. At the close of each operating day: 35 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 36 the laying operation. 37 b. Effectively seal the open end of the pipe using a gasketed night cap. 38 C. Joint Making 39 1. Mechanical Joints CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 oft f 4M 4W 0— ow i i MM Mhh i 33 11 12-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 1 a. Bolt the follower ring into compression against the gasket, with the bolts 2 tightened down evenly then cross torque in accordance with AWWA C600. 3 b. Overstressing of bolts to compensate for poor installation practice will not be 4 permitted. 5 2. Push -on Joints 6 a. Install Push -On joints as defined in AWWA C900 and AWWA C905. 7 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 8 c. Place the gasket in the bell in the position prescribed by the manufacturer. 9 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 10 gasket and the outside of the spigot prior to entering the spigot into the bell. 11 e. When using a field cut plain end piece of pipe, refinish the field cut to conform 12 to AWWA C605. 13 3. Joint Deflection 14 a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines 15 and grades shown in the Drawings. 16 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 17 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 18 C600. 19 d. The manufacturer's recommendation may be used with the approval of the 20 Engineer. 21 D. Detectable Metallic Tape Installation 22 1. See Section 33 05 26. 23 3.5 REPAIR/RESTORATION [NOT USED] 24 3.6 RE -INSTALLATION [NOT USED] 25 3.7 FIELD [OR] SITE QUALITY CONTROL 26 A. Potable Water Mains 27 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 28 mains: 29 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 30 main as specified in Section 33 04 40. 31 B. Wastewater Lines 32 1. Closed Circuit Television (CCTV) Inspection 33 a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. CITY OF FORT WORTH West Berry Streetscape Improvements i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 33 11 12 - 8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] .. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE ! 10 CITY OF FORT WORTH West Berry Streetscape lmprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 33 12 10- 1 WATER SERVICES I -INCH TO 2-INCH Page I of 13 1 SECTION 33 12 10 2 WATER SERVICES 1-INCH TO 2-INCH 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 1-inch to 2-inch water service lines from the water main to the right-of-way, fittings 7 and water meter boxes complete in place, as shown on the Drawings, directed by 8 the Engineer, and specified herein for: 9 a. New Water Service 10 b. New Water Service (Bored) 11 c. Water Meter Service Relocate 12 d. Private Water Service 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Products Installed but not Furnished Under this Section 16 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 05 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 A. Measurement and Payment 25 1. New Water Service 26 a. Measurement 27 1) Measurement for this Item shall be per each New Service complete in place 28 from the tap of the main to the installation of the meter box and associated 29 appurtenances where the service line is installed by open cut construction. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the unit price bid per each "New Water Service" installed 33 for: 34 a) Various sizes 35 c. The price bid shall include: 36 1) Furnishing and installing New Service Line as specified by the Drawings 37 2) Submitting product data 38 3) Tapping saddle 39 4) Corporation stop 40 5) Curb stop 41 6) Fittings CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 12 10-2 WATER SERVICES I -INCH TO 2-INCH Page 2 of 13 7) Service line installed by open cut 8) Connection to meter 9) Connection to existing service 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Disinfection 16) Testing 2. New Water Service, Bored a. Measurement 1) Measurement for this Item shall be per each New Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials famished 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 service 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Clean-up 14) Disinfection 15) Testing 3. Water Meter Service Relocate a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Relocate complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with relocation of the meter, associated service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service Relocate" installed for: a) Various size of services c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i, 1 2 3 4 5 6 7 8 r 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 331210-3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 13 1) Service line 2) Fittings 3) Connection to service line 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Clean-up 9) Cleaning 4. Private Service a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Service" installed for: a) Various sizes of service c. The price bid shall include: 1) Submitting product data 2) Private Service line 3) Fittings 4) Connection to existing private service line 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 10) Cleaning 11) Disinfection 12) Testing 36 1.3 REFERENCES 37 38 — 39 40 41 42 43 44 45 46 47 48 A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Relocate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 33 12 10 - 4 WATER SERVICES I -INCH TO 2-INCH Page 4 of 13 1 a. Relocation and reconnection of the private service line from an existing meter 2 to be abandoned and a new meter installed that lies within 5 feet of the existing 3 meter. 4 4. Private Service 5 a. Relocation and reconnection of private service line on private property where 6 the existing meter to be abandoned and the new meter installed is greater than 5 7 feet of the existing meter. A licensed plumber is required to relocate the private 8 service. 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. ASTM International (ASTM): 14 a. A48, Standard Specification for Gray Iron Castings. 15 b. A536, Standard Specification for Ductile Iron Castings. 16 c. B88, Standard Specification for Seamless Copper Water Tube. 17 d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. 18 e. C131, Standard Specification for Resistance to Degradation of Small -Size 19 Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 20 f. C150, Standard Specification for Portland Cement. 21 g. C330, Standard Specification for Lightweight Aggregates for Structural 22 Concrete. 23 h. D883, Standard Terminology Relating to Plastics. 24 3. American Water Works Association (AWWA): 25 a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case. 26 b. C800, Underground Service Line Valves and Fittings. 27 4. NSF International (NSF): 28 a. 61, Drinking Water System Components -Health Effects. 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Scheduling 31 1. Provide advance notice for service interruptions and meet requirements of Division 32 0 and Division 1. 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the Engineer or the City prior to delivery. 36 1.6 ACTION SUBMITTALSANFORMATIONAL 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 M i E___J a% i M MM 4M am .V. 33 12 10 - 5 WATER SERVICES 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. Qualifications 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 Specification. 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Storage and Handling Requirements 10 1. Protect all parts such that no damage or deterioration will occur during a prolonged 11 delay from the time of shipment until installation is completed and the units and 12 equipment are ready for operation. 13 2. Protect all equipment and parts against any damage during a prolonged period at the 14 site. 15 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 16 extremes in temperature. 17 4. Secure and maintain a location to store the material in accordance with Section 01 18 6600. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 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 A. Manufacturers 26 1. Only the manufacturers as listed on the City's Standard Products List will be 27 considered as shown in Section 01 60 00. 28 a. The manufacturer must comply with this Specification and related Sections. 29 2. Any product that is not listed on the Standard Products List is considered a 30 substitution and shall be submitted in accordance with Section 0125 00. 31 3. The Water Services and appurtenances shall be new and the product of a 32 manufacturer regularly engaged in the manufacturing of Water Services and 33 appurtenances having similar service and size. 34 B. Description 35 1. Regulatory Requirements 36 a. Water Services shall meet or exceed the latest revisions of AWWA C800 and 37 shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 33 12 10 - 6 WATER SERVICES I -INCH TO 2-INCH Page 6 of 13 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 per AWWA C800 for: l) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 '/ inch per foot or 0.1458 inch per inch f 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 t/Z -inch and 2-inch corporation stops 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 ... 49 33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 13 1) 3-5/16 inch+ 1/8 inch for 1-inch diameter 2) 4-1/32 inch + 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide 0-ring seal at top and bottom. a) 0-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 0-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide 0-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double 0-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 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 meter nut. e. Machine inside and outside of tailpiece. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed CITY OF FORT WORTH West Berry Streetscape Improvements Oft STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 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 3) Fit contour of pipe as follows: Nominal Pipe Size (inches) 1.50 2.00 2.25 4.00 6.00 8.00 10.00 33 12 10-8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 13 Minimum Outside Diameter of Pipe (inches) 1.900 2.375 2.875 4.900 6.900 9.050 11.100 Maximum Outside Diameter of Pipe (inches) 2.000 2.500 3.000 5.000 7.100 9.300 11.400 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 conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 4) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that''/z inch remains after clamp is fully tightened on the pipe. 5) Chamfer strap ends to protect the starting threads. 6) The threads shall be full and free from shear. 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and smaller. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (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 '/2-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop -in flange gasket surface. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 13 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1 r/2 -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop -in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice. 11. Meter Boxes shall: a. Be constructed of: 1) Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D883, as follows: a) Not allowed to be located within driveways b) Minimum wall thickness of 0.500 inches c) Black exterior to provide 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. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C 150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C 131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Class A Standard Meter Box 1) For use with services utilizing 5/8-inch x '/-inch, '/-inch or 1-inch meter 2) Size a) 11-inch x 18-inch Box, 12 inches high e. Class B Standard Meter Box 1) For use with services utilizing 1-1/2-inch or 2-inch meter CITY OF FORT WORTH West Berry Streetscape Improvements i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 33 12 10-10 WATER SERVICES l-INCH TO 2-INCH Page 10 of 13 1 2) Size 2 a) 15.25-inch x 27-inch Box, 12 inches high 3 f. Class C Standard Meter Box 4 1) For use with services utilizing two 5/8-inch x Y4-inch or'/o-inch meters 5 2) Size 6 a) 18-inch x 16-inch Box, 12 inches high 7 12. Meter Box Lid 8 a. Cast Iron or Ductile Iron 9 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 10 2) Shall withstand a minimum vertical load of 15,000 pounds 11 3) Coat castings with a bituminous emulsified asphalt unless otherwise 12 specified in the Contract Documents, ground smooth, and cleaned with shot 13 blasting, to get a uniform quality free from strength defects and distortions. 14 4) Dimensions shall be within industry standards offl/16 inch per foot. 15 5) All castings will bear the Manufacturer's IS (name or logo) and Country of 16 Origin. 17 6) Casting weights may vary f5 percent from drawing weight per industry 18 standards. 19 b. Plastic 20 1) Plastic meter lids not allowed to be installed within driveways. 21 2) The lid shall: 22 a) Be modified polyethylene material with ultraviolet protection 23 b) Seat securely and evenly inside the Meter Box and shall not overlap the 24 top edge of the Meter Box 25 c) Have a grid pattern for skid resistance 26 d) Be solid through and rated for traffic loads 27 e) Include''/Z-inch rebar segments which can be utilized for location 28 purposes 29 13. Horizontal Check Valve 30 a. Equip 1 '/Z-inch and 2-inch Water Services with a horizontal check valve, with 31 pipe plug, only if specified in the Drawings. 32 b. If an existing backflow preventer is present, the Contractor is to leave it, and is 33 not required to provide an additional horizontal check valve. 34 14. Service Marker 35 a. 3 inch wide, 5 mil blue vinyl tape 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL 38 A. Tests and Inspections 39 1. At the City's option, the manufacturer shall be required to provide certification 40 records showing conformance of materials, design and testing to these 41 Specifications. 42 2. The test procedures shall conform to AWWA C800. 43 a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the 44 test shall be at the expense of the supplier. 45 b. Proof testing of the remainder of the valves shall be at the cost and 46 responsibility of the supplier. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 .; 33 12 10 - 1 l WATER SERVICES I -INCH TO 2-INCH Page I 1 of 13 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 - EXECUTION 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 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. General 19 1. Install Water Services and appurtenances in accordance with AWWA C800. 20 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 21 feet or wider, or where shown on Drawings. 22 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless 23 otherwise shown on the Drawings. 24 4. Install services at a minimum depth of 36 inches below final grade/proposed top of 25 curb, unless otherwise specified in the Contract Documents. 26 5. Perform leak tests in accordance with Section 33 04 40. 27 6. Replace existing '/-inch Service Lines with 1-inch new Service Line, tap, and 28 corporation. 29 7. Install replaced or relocated services with the service main tap and service line 30 being in line with the service meter, unless otherwise directed by the City. 31 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 32 B. Handling 33 1. Haul and distribute Service Lines fittings at the project site and handle with care to 34 avoid damage. 35 a. Inspect each segment of Service Line and reject or repair any damaged pipe 36 prior to lowering into the trench. 37 b. Do not handle the pipe in such a way that will damage the pipe. 38 2. At the close of each operating day: 39 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 40 the laying operation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 33 12 10 - 12 WATER SERVICES I -INCH TO 2-INCH Page 12 of 13 1 b. Effectively seal the open end of the pipe using a gasketed night cap. 2 C. Service Line Installation 3 1. Service Taps 4 a. Only ductile iron pipe may be directly tapped. 5 b. Install service taps and/or tap assemblies of the specified size as indicated on 6 the Drawings, or as specified by the Engineer. 7 c. Perform taps on a water system that is either uncharged or under pressure. 8 d. Taps consist of: 9 1) For Concrete Pressure Pipe or Steel Pipe 10 a) Standard internal pipe threaded holes in the pipe walls 11 (1) Made during pipe fabrication 12 (2) Provide tapered threaded outlet with nylon sleeved inserts for up to 13 2-inch. 14 (3) Provide flange outlet with flange to thread insulator adaptor kits for 15 4-inch and larger taps. 16 2) Other pipe materials 17 a) Bronze service clamp with a sealed, threaded port through which the 18 pipe wall is drilled to complete a service port 19 e. Tap Assemblies 20 1) Consist of corporation stop with iron to copper connection attached to: 21 a) Copper tubing terminating as shown on the City's Standard Detail 22 b) May be required adjacent to gate valves 23 c) Install as shown on the Drawings, or as directed by the Engineer. 24 d) When required, shall be included in the unit price bid for installing gate 25 valve. 26 2) Chlorination and testing purposes 27 a) No separate payment will be made for taps required for testing and 28 chlorination. 29 2. Installation of Water Services 30 a. Install tap and Service Line in accordance with City Details. 31 b. Install meter box in accordance with City Details. 32 1) Adjustment of the Service Line to proper meter placement height shall be 33 considered as part of the Meter Box installation. 34 3. Trenching 35 a. Provide a trench width sufficiently wide to allow for 2 inches of granular 36 embedment on either side of the Service Line. 37 4. Bored Services 38 a. Services shall be bored utilizing a pilot hole having a diameter'h inch to % 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. Service Marker 45 a. When Meter Box is not installed immediately subsequent to service installation: 46 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the 47 service and extending through the backfill approximately 6 inches above 48 ground at the Meter Box location. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i i M Im qWP Ado 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 r 31 r.. 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 13 b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page I of 8 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 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. 33 11 10 —Ductile Iron Pipe 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be per each. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 shall be paid for at the unit price bid per each "Gate Valve" installed for: 22 1) Various sizes 23 3. The price bid shall include: 24 a. Furnishing and installing Gate Valves with connections as specified in the 25 Drawings 26 b. Valve box 27 c. Extension 28 d. Valve vault and appurtenances (for 16-inch and larger gate valves) 29 e. Polyethylene encasement 30 f. Pavement removal 31 g. Excavation 32 h. Hauling 33 i. Disposal of excess material 34 j. Furnishing, placement and compaction of embedment 35 k. Furnishing, placement and compaction of backfill 36 1. Clean-up 37 in. Cleaning 38 n. Disinfection 39 o. Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Strectscape Improvements City Project No. 00407 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 8 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. NRS — Non Rising Stem 4 2. OS&Y — Outside Screw and Yoke 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Association of State Highway and Transportation Officials (AASHTO). 10 3. American Society of Mechanical Engineers (ASME): 11 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 12 4. ASTM International (ASTM): 13 a. A48, Standard Specification for Gray Iron Castings. 14 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 15 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 16 Tensile Strength. 17 d. A536, Standard Specification for Ductile Iron Castings. 18 e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 19 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 20 Steel. 21 5. American Water Works Association (AWWA): 22 a. C509, Resilient -Seated Gate Valves for Water Supply Service. 23 b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. 24 c. C550, Protective Interior Coatings for Valves and Hydrants. 25 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 26 through 12 IN, for Water Transmission and Distribution. 27 6. American Water Works Association/American National Standards Institute 28 (AWWA/ANSI): 29 a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 30 b. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 31 Fittings. 32 c. CI 15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 33 Threaded Flanges. 34 7. NSF International (NSF): 35 a. 61, Drinking Water System Components - Health Effects. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 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 �1 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 8 1 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 2 supplied, including: 3 a. Dimensions, weights, material list, and detailed drawings 4 b. Joint type 5 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 or 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. Thrust harnesses 12 c. Any other means 13 4. Bolts and nuts for mechanical and flange joints 14 5. Instructions for field repair of fusion bonded epoxy coating 15 6. Gaskets 16 B. Certificates 17 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 18 the provisions of this Section, each valve meets Specifications, all inspections have 19 been made and that all tests have been performed in accordance with AWWA C509 20 or AWWA C515. 21 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. Resilient Seated Gate Valves shall be new and the product of a manufacturer 37 regularly engaged in the manufacturing of Resilient Seated Gate Valves having 38 similar service and size. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 8 1 1. Protect all parts so that no damage or deterioration will occur during a prolonged 2 delay from the time of shipment until installation is completed and the units and 3 equipment are ready for operation. 4 2. Protect all equipment and parts against any damage during a prolonged period at the 5 site. 6 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 7 strongly built and securely bolted thereto. 8 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 9 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 10 extremes in temperature. 11 6. Secure and maintain a location to store the material in accordance with Section 01 12 6600. 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY 15 A. Manufacturer Warranty 16 1. Manufacturer's Warranty shall be in accordance with Division 1. 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and shall meet or exceed the requirements of this Specification. b. 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 CI 15/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 33 12 20 - 5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 8 1 e. Buried valves: Provide with polyethylene encasement in accordance with 2 AWWA/ANSI C105/A21.5. 3 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 4 2. Wedge (Gate) 5 a. Resilient wedge: rated at 250 psig cold water working pressure 6 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 7 permanently bonded EPDM rubber. 8 3. Gate Valve Bolts and Nuts 9 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 10 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 11 through 12-inch valves) 12 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 13 sizes) and for valves 16-inch through 36-inch (non -buried service) 14 4. Bolts and Nuts 15 a. Mechanical Joints 16 1) High strength corrosion restraint low -carbon weathering steel in 17 accordance with AWWA/ANSI CI I I A21.11, and ASTM A242. 18 2) Cor-Blue coated with FluoroKote #1, or equal 19 a) Coating shall conform to the performance requirements of ASTM B 117 20 for up to 4000 hours and shall include, if required, a certificate of 21 conformance. 22 b. Flanged Ends 23 1) Meet requirements of AWWA C509 and C515. 24 2) For buried and non -buried applications, provide AISI 304 Stainless Steel 25 bolts and AISI 316 Stainless Steel nuts. 26 3) Spray bolts and nuts with anti -seize compound. 27 5. Joints 28 a. Valves: flanged, or mechanical joint or any combination of these as specified 29 on the Drawings or in the project Specifications 30 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 31 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 32 Class 125. 33 b) Field fabricated flanges are prohibited. 34 2) Steel or concrete cylinder pipe 35 a) Use flange joints unless otherwise specified in the Contract 36 Documents. 37 3) Ductile Iron or PVC pressure pipe 38 a) Use mechanical joints unless otherwise specified in the Contract 39 Documents. 40 6. Operating Nuts 41 a. Supply for buried service valves 42 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 43 c. Cast an arrow showing the direction of opening with the word "OPEN' on the 44 operating nut base. 45 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 46 direction. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 33 12 20 - 6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut from transferring torque to that shaft or the gear box that exceeds the manufacturer's recommended torque. f. Furnish handwheel operators for non -buried service. 7. Gearing a. Gate valves that are 24 inch and larger: Equip with a spur gear. b. Bevel gears for horizontally mounted valves are not allowed. c. The spur gear shall be designed and supplied by the manufacturer of the valve as an integral part of the gate valve. 8. Gaskets a. All rubber joint gaskets utilized on valves shall be in conformance with AW WA/ANSI C I I I A21.11. b. Flanged Gaskets 1) Full face 2) Manufactured true to shape from approved synthetic rubber stock of a thickness not less than 1/16 inch 3) Virgin stock and conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 4) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 5) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 6) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, where required. 25 2.3 ACCESSORIES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. All gate valves shall have the following accessories provided as part of the gate valve installation: 1. A keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the gate valve is 3 feet or more beneath the surface of the ground. Extension Stems are: a. Not required on City stock orders b. Not to be bolted or attached to the valve -operating nut c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting loosely enough to allow deflection 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in sufficient quantity for assembly of each joint. 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes and covers a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 '/-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 01 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 33 12 20 - 7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 8 1 e. Each cover shall be casted with the word "WATER" in raised letters on the 2 upper surface. 3 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 40. 4 g. Box extension material shall be AWWA C900 PVC or ductile iron. 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. All valves shall be installed in vertical position when utilized in normal pipeline 13 installation. 14 2. Valves shall be placed at line and grade as indicated on the Drawings. 15 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL 19 A. Field Inspections 20 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 21 the opportunity to operate the valve. 22 2. The Operator will be assessing the ease of access to the operating nut within the 23 valve box and ease of operating the valve from a fully closed to fully opened 24 position. 25 3. If access and operation of the valve meet the City's criteria, then the valve will be 26 accepted as installed. 27 B. Non -Conforming Work 28 1. If access and operation of the valve does not meet the City's criteria, remedy the 29 situation until the valve meets the City's criteria. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 8 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE _ CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 PW 33 12 25 - 1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 1 SECTION 33 12 25 2 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Performing in -line connections 10 d. Installing a tapping sleeve and valve 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 — General Requirements 17 3. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 18 4. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 19 5. 33 11 10 — Ductile Iron Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Connection to an existing unpressurized Fort Worth Water Distribution System 23 Main that does not require the City to take part of the water system out of service 24 a. Measurement 25 1) This Item is considered subsidiary to the water pipe being installed. 26 b. Payment 27 1) The work performed and the materials furnished in accordance with this 28 Item are subsidiary to the unit price bid per linear foot of water pipe 29 complete in place, and no other compensation will be allowed. 30 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 31 that requires a shutdown of some part of the water system 32 a. Measurement 33 1) Measurement for this Item shall be per each connection completed. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each "Connection to Existing 37 Water Main" installed for: 38 a) Various sizes of existing water distribution main 39 c. The price bid shall include all aspects of making the connection including, but 40 not limited to: CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 331225-2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 ob i W. i 4M M 4" i 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Society of Mechanical Engineers (ASME): 7 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25,125 and 250) 8 3. ASTM International (ASTM): 9 a. A36, Standard Specification for Carbon Structural Steel. 10 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 11 c. A283, Standard Specification for Low and Intermediate Tensile Strength 12 Carbon Steel Plates. 13 d. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 14 and Intermediate -Tensile Strength. 15 e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 16 f. D2000, Standard Classification System for Rubber Products in Automotive 17 Applications. 18 4. American Water Works Association (AWWA): 19 a. C200, Steel Water Pipe - 6 IN and Larger. 20 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. 21 c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel 22 Water Pipelines. 23 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 24 5. American Water Works Association/American National Standards Institute 25 (AWWA/ANSI): 26 a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 27 b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 28 Fittings. 29 6. NSF International (NSF): 30 a. 61, Drinking Water System Components —Health Effects. 31 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 32 (MSS): 33 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. Pre -installation Meetings 36 1. Required for any connections to an existing, pressurized 16-inch or larger City 37 water distribution system main that requires a shutdown of some part of the water 38 system 39 2. May also be required for connections that involve shutting water service off to 40 certain critical businesses 41 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time 42 for the work to occur. 43 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 5. Review work procedures as submitted and any adjustments made for current field 2 conditions. 3 6. Verify that all valves and plugs to be used have adequate thrust restraint or 4 blocking. 5 7. Schedule a test shutdown with the City. 6 8. Schedule the date for the connection to the existing system. 7 B. Scheduling 8 1. Schedule work to make all connections to existing 16-inch and larger mains: 9 a. During the period from November through April, unless otherwise approved by 10 the City 11 b. During normal business hours from Monday through Friday, unless otherwise 12 approved by the City 13 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 14 planned disruption to the existing water system. 15 a. In the event that other water system activities do not allow the existing main to 16 be dewatered at the requested time, schedule work to allow the connection at an 17 alternate time acceptable to the City. 18 1) If water main cannot be taken out of service at the originally requested 19 time, coordination will be required with the City to discuss rescheduling 20 and compensation for mobilization. 21 2) No additional payment will be provided if the schedule was altered at the 22 Contractor's request. 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 26 fabrication for specials. 27 1.6 ACTION SUBMITTALSIINFORMATIONAL 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. Maximum torque recommended by the manufacturer for the valve by size 32 B. Submittals 33 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 34 by City that includes: 35 a. Results of exploratory excavation 36 b. Dewatering 37 c. Procedure for connecting to the existing water main 38 d. Time period for completing work from when the water is shut down to when 39 the main is back in service 40 e. Testing and repressurization procedures 41 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 42 must be certified and provide Welding Certificates, upon request, in accordance 43 with AWWA C200. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 a" 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 7 from the time of shipment until installation is completed. 8 2. Protect all equipment and parts against any damage during a prolonged period at the 9 site. 10 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 11 built and securely bolted thereto. 12 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 13 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 14 extremes in temperature. 15 6. Secure and maintain a location to store the material in accordance with Section 01 16 6600. 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 A. Manufacturer Warranty 20 1. Manufacturer's warranty shall be in accordance with Division 1. 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] i 23 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 24 A. Manufacturers 25 1. Only the manufacturers as listed by the City's Standard Products List will be 26 considered as shown in Section 01 60 00. 27 a. The manufacturer must comply with this Specification and related Sections. 28 2. Any product that is not listed on the Standard Products List is considered a 29 substitution and shall be submitted in accordance with Section 01 25 00. 30 B. Description pit 31 1. Regulatory Requirements 32 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 33 this Specification. 34 b. All valve components in contact with potable water shall conform to the 35 requirements of NSF 61. 36 C. Tapping Sleeve Materials 37 1. Body CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 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. '/-inch NPT carbon steel with square head and fusion bonded epoxy coating 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION 30 A. Verification of Conditions 31 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 32 in the Drawings and that the location is suitable for a connection to the existing 33 water main. 34 a. Excavate and backfill trench for the exploratory excavation in accordance with 35 3305 10. 36 2. Verify that all equipment and materials are available on —site prior to the shutdown 37 of the existing main. 38 3. Pipe lines shall be completed, tested and authorized for connection to the existing 39 system in accordance with Section 33 04 40. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Upon disruption of the existing water main, continue work until the connection is 5 complete and the existing water main is back in service. 6 7 _ g 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 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. 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re -pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 1 3.5 REPAIRIRESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 .} Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 33 12 40 - 1 DRY -BARREL FIRE HYDRANTS Page 1 of 7 1 SECTION 33 12 40 2 FIRE HYDRANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Dry -barrel fire hydrants with 5'/4-inch main valve for use with potable water mains 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 3. Specification 33 05 10 — Utility Trench Excavation, Embedment and Backfill 13 4. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains - 14 5. Specification 33 11 10 —Ductile Iron Pipe 15 6. Specification 33 11 11 —Ductile Iron Fittings 16 7. Specification 33 11 14 — Buried Steel Pipe and Fittings -` 17 8. Specification 33 12 20 — Resilient Seated Gate Valves 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Fire Hydrant and Extension 22 1) Measurement for this item shall be by the each hydrant, complete in place. 23 2. Payment _ 24 a. The work performed and materials famished in accordance with this Item and 25 measured under "Measurement" will be paid for at the unit prices bid per each 26 "Fire Hydrant" installed. 27 3. The price bid shall include: 28 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 29 Drawings 30 b. Dry -Barrel Fire Hydrant assembly from base to operating nut 31 c. Extension barrel and stem 32 d. Pavement Removal 33 e. Excavation 34 f. Freight, loading, unloading and handling 35 g. Disposal of excess material 36 h. Furnish, placement and compaction of embedment 37 i. Furnish, placement and compaction of backfill 38 j. Blocking, Braces and Rest 39 k. Clean up 40 1. Disinfection CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 33 12 40 - 2 DRY -BARREL FIRE HYDRANTS Page 2 of 7 1 m. Testing 2 1.3 REFERENCES 3 A. Definitions 4 1. Base: The lateral connection to the fire hydrant lead; also called a shoe 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Water Works Association (AWWA): 10 a. C502, Dry -Barrel Fire Hydrants 11 b. Manual of Water Supply Practices M17 (AWWA Manual M17) —Installation, 12 Field Testing, and Maintenance of Fire Hydrants 13 3. NSF International 14 a. 61, Drinking Water System Components —Health Effects 15 4. National Fire Protection Association (NFPA) 16 a. 1963, Standard for Fire Hose Connections 17 5. Underwriters Laboratories, Inc. (UL) 18 a. 246, Hydrants for Fire -Protection Service 19 6. Factory Mutual (FM) 20 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 21 Private Fire Service 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 0133 00. 25 B. All submittals shall be approved by the Engineer or the City prior to construction. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 27 A. Product Data 28 1. Dry -Barrel Fire Hydrant stating: 29 a. Main valve opening size 30 b. Nozzle arrangement and sizes 31 c. Operating nut size 32 d. Operating nut operating direction 33 e. Working pressure rating 34 f. Component assembly and materials 35 g. Coatings and Finishes 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE 39 A. Qualifications 40 1. Manufacturers CITY OF FORT WORTH West Berry Streetscape bnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 331240-3 DRY -BARREL FIRE HYDRANTS Page 3 of 7 1 a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. 2 1) Change orders, specials and field changes may be provided by a different 3 manufacturer upon City approval. 4 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and 5 FM 1510. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 9 AWWA Manual M17. 10 2. Protect all parts so that no damage or deterioration will occur during a prolonged 11 delay from the time of shipment until installation is completed and the units and 12 equipment are ready for operation. 13 3. Protect all equipment and parts against any damage during a prolonged period at the 14 site. 15 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 16 strongly built and securely bolted thereto. 17 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 18 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 19 extremes in temperature. 20 7. Secure and maintain a location to store the material in accordance with Section 01 21 6600. 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 -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Manufacturers 30 1. Only the manufacturers as listed on the City's Standard Products List will be 31 considered as shown in Section 0160 00. 32 a. The manufacturer must comply with this Specification and related Sections. 33 2. Any product that is not listed on the Standard Products List is considered a 34 substitution and shall be submitted in accordance with Section 0125 00. 35 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer 36 regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar 37 service and size. 38 B. Description 39 1. Regulatory Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 33 12 40 - 4 DRY -BARREL FIRE HYDRANTS Page 4 of 7 a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut I ) Uniformly tapered square nut measuring: a) 1 inch at the base b) 7/g inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 51/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) 2 x 21/2-inch hose nozzles (1) 180 degrees apart b) 41/2-inch pump nozzle d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AW WA C502. 2. Dry -Barrel Fire Hydrant Assembly a. Internal parts 1) Threads a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 331240-5 DRY -BARREL FIRE HYDRANTS Page 5 of 7 1 2) Stem 2 a) Stem Nuts 3 (1) Provide bronze stem nuts. 4 (a) Grades per AWWA C502 5 b) Where needed, stem shall be grooved and sealed with 0-rings. 6 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 7 F. Finishes 8 1. Primer Materials 9 a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 10 2. Finish Materials 11 a. Dry -Barrel Fire Hydrant 12 1) Exterior 13 a) Above grade 14 (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant 15 assembly components in accordance with AWWA C502. 16 (2) Silver coating in accordance with City of Fort Worth requirements 17 b) Below grade 18 (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant 19 assembly components in accordance with AWWA C502. 20 2) Interior 21 a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance 22 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 05 10. 28 2.4 SOURCE 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 1. 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 3.4 INSTALLATION 39 A. General CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 331240-6 DRY -BARREL FIRE HYDRANTS Page 6 of 7 1 1. Install in accordance with AWWA Manual of Water Supply Practice M17, 2 manufacturer's recommendations and as shown on the Drawings. 3 2. Provide vertical installation with braces, rest and blocking in accordance with City 4 Standard Details. 5 3. Excavate and backfill trenches in accordance with 33 05 10. 6 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. 7 a. At the location of the weep holes, wrap barrel with polyethylene encasement 8 and crushed rock with filter fabric to prevent dirt and debris from entering the 9 fire hydrant. 10 5. Polyethylene encasement installation shall be in accordance with the applicable 11 portion of Section 33 11 10. 12 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 13 in the Drawings. 14 7. A minimum 1 /3 cubic yard of crushed rock shall be placed around the base, in 15 accordance with AWWA Manual of Water Supply Practice M17, to allow drain 16 outlets to operate. 17 a. The crushed rock should extend 6 inches above the drain outlets and a 18 minimum of 1 foot on all sides of the fire hydrant base. 19 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 20 a. Cover is measured from the invert at the fire hydrant base, vertical to ground 21 elevation. 22 b. Fittings may be used along fire lead line to ensure minimum and maximum 23 cover requirements are met. 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD CONTROL 27 A. Field Inspections 28 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no 29 deformation, leaking or damage of any kind for the pressure ranges indicated. 30 2. City inspector will issue final inspection notice to City staff. 31 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 32 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 33 accordance with AWWA Manual of Water Supply Practice M17. This includes but 34 is not limited to: 35 a. Operation of Nozzles and operating nut are not obstructed. 36 b. Drain valve is not obstructed or plugged 37 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 38 water line it's connected to is put in service. 39 B. Non -Conforming Work 40 1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not 41 meet the criteria of the AWWA Manual of Water Supply Practice M17, the 42 Contractor will remedy the situation criteria, at the Contractor's expense. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 dm 331240-7 DRY -BARREL FIRE HYDRANTS Page 7 of 7 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 7 3.14 ATTACHMENTS 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 aA 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3441 10-1 TRAFFIC SIGNALS Page 1 of 51 SECTION 34 41 10 TRAFFIC SIGNALS A. Section Includes: 1. Traffic Signal Head Assemblies 2. LED Countdown Pedestrian Signal Head Assemblies 3. Pedestrian Push Button Assemblies 4. Accessible Pedestrian Signals 5. Radar Detection System 6. Video Imaging Vehicle Detection System (VIVDS) 7. Emergency Vehicle Preemption System 8. Battery Back-up System for Signal Cabinets 9. Detector Cable 10. Multi -conductor Cable 11. Power Lead-in Cable 12. Grounding Conductors 13. Ground Boxes 14. Traffic Signal Structures a. Pedestal Pole Assemblies b. Signal Poles c. Mast Arms 15. Signal Foundations 16. Hardware Paint 17. Controller and Cabinet Assembly 18. Advanced Warning Flasher Assembly 19. Temporary Traffic Signals 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 26 05 00 — Common Work Results for Electrical 5. Section 26 05 33 — Raceways and Boxes for Electrical Systems 6. Section 3123 16 — Unclassified Excavation 7. Section 31 24 00 — Embankments 8. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3441 10 - 2 TRAFFIC SIGNALS Page 2 of 51 9. Section 33 05 30 — Exploratory Excavation for Existing Utilities 2 1.2 PRICE AND PAYMENT PROCEDURES 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. Measurement and Payment 1. LED Traffic Signal Head Assemblies a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Signal Head Assmbly" installed for: a) Various numbers of sections c. The price bid shall include: 1) Furnishing and installing LED Traffic Signal Head Assembly and appurtenances including hinge pins, lens clips, locking devices, and gaskets 2) Housing and doors 3) Detachable visors 4) LED lamp unit 5) Louvers 6) Cable inside the pole 7) Mounting hardware 8) Terminal block 2. LED Countdown Pedestrian Signal Head Assemblies a. Measurement 1) Measurement for this Item shall be per each pedestrian signal installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ped Signal Head Assmbly" installed. c. The price bid shall include: 1) Furnishing, assembling, and installing the pedestrian signal sections 2) Housing units 3) LED countdown pedestrian units 4) Mounting attachments and completing wiring connections 3. Pedestrian Push Button Assemblies a. Measurement 1) Measurement for pedestrian push button assemblies shall be per each installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ped Push Btn Assmbly" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Pedestrian Push Button Assemblies 2) Button housing 3) Button cap 4) LED indication 5) R10-3e signs CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3441 10 - 3 TRAFFIC SIGNALS Page 3 of 51 1 6) Switch 2 7) Built-in surge protection 3 8) Audible notification system 4 9) Mounting hardware 5 4. Furnishing and Installing Radar Detection Systems 6 a. Measurement 7 1) Measurement for this Item shall be per each intersection approach famished 8 and installed. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 shall be paid for at the unit price bid per each "Furnish/Install Radar Detect 12 System" installed for: 13 a) Various types 14 c. The price bid shall include: 15 1) Purchasing equipment and cable from City if called out in the Drawings 16 2) Assembling and installing Radar Detection System 17 3) Sensors 18 4) Relays 19 5) Cable inside pole 20 6) Set-up and diagnostic software 21 7) Circuits 22 8) Mounting hardware 23 5. Installing Radar Detection Systems 24 a. Measurement 25 1) Measurement for this Item shall be per each intersection approach installed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 shall be paid for at the unit price bid per each "Install Radar Detect 29 System" installed for: 30 a) Various types 31 c. The price bid shall include: 32 1) Installing Radar Detection System 33 2) Sensors 34 3) Relays 35 4) Cable inside pole 36 5) Set-up and diagnostic software 37 6) Circuits 38 7) Mounting hardware 39 6. Furnishing and Installing Video Imaging Vehicle Detection System (VNDS) 40 a. Measurement 41 1) Measurement for this Item shall be per each intersection approach furnished 42 and installed. 43 b. Payment 44 1) The work performed and materials furnished in accordance with this Item 45 shall be paid for at the unit price bid per each "Furnish/Install VNDS". y- 46 c. The price bid shall include: 47 1) Purchasing equipment and cable from City if called out in the Drawings 48 2) Furnishing, installing and testing VNDS 49 3) Cameras CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10 - 4 TRAFFIC SIGNALS Page 4 of 51 4) Mini -hub detector cards 5) Cable inside pole 6) Camera mounting hardware 7) Operational software 8) Communication interface panel 9) Field setup monitor 7. Installing Video Imaging Vehicle Detection System (VIVDS) a. Measurement 1) Measurement for this Item shall be per each intersection approach installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Install VNDS". c. The price bid shall include: 1) Installing and testing VNDS 2) Cameras 3) Mini -hub detector cards 4) Cable inside pole 5) Camera mounting hardware 6) Operational software 7) Communication interface panel 8) Field setup monitor 8. Furnishing and Installing Emergency Vehicle Preemption System a. Measurement 1) Measurement for this Item shall be lump sum per each intersection. 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 price bid for "Fumish/Install Emergency Vehicle Preemption System" per intersection where Emergency Vehicle Preemption Systems are to be furnished and installed. c. The price bid shall include: 1) Furnishing, installing and testing Emergency Vehicle Preemption System 2) Purchasing equipment and cable from City if called out in the Drawings 3) Detectors 4) Cards 5) Home run cables 6) Cable inside pole 7) Mounting hardware 9. Installing Emergency Vehicle Preemption System a. Measurement 1) Measurement for this Item shall be lump sum per each intersection. 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 price bid for "Install Emergency Vehicle Preemption System" per intersection where Emergency Vehicle Preemption Systems are to be installed. c. The price bid shall include: 1) Installing and testing Emergency Vehicle Preemption System CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 PM An MOP WE M 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 3441 10-5 TRAFFIC SIGNALS Page 5 of 51 2) Emergency Preemption Detector 3) Emergency Preemption Phase Selector 4) Emergency Preemption Detector cable 5) Card Rack 6) Internal cabinet wiring 7) Mounting hardware 10. Furnishing and Installing Battery Back -Up (BBU) System for Signal Cabinets a. Measurement 1) Measurement for this Item shall be per each BBU System component furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install BBU System" for: a) Various components b) Various types c. The price bid shall include: 1) Furnishing, installing and testing the BBU system 2) Purchasing equipment from City if called out in the Drawings 3) Inverter/charger 4) Manual bypass switch 5) Power transfer switch or automatic bypass switch 6) Batteries 7) Self contained external mounted cabinet 8) Wiring, and all necessary hardware and software 11. Install Battery Back -Up (BBU) System for Signal Cabinets a. Measurement 1) Measurement for this Item shall be per each BBU System component furnished and 'installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Install BBU System" for: a) Various components b) Various types c. The price bid shall include: 1) Installing and testing the BBU system 2) Wiring, and all necessary hardware and software 12. Sawcut for Loop Detector Cable a. Measurement 1) Measurement for detector cable shall be per linear foot of Sawcut. 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 linear foot of "Loop Detector Cable Sawcut". c. The price bid shall include: 1) Sawcutting pavement 2) Pavement removal 3) Disposal of excess material 4) Pavement repair CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10 - 6 TRAFFIC SIGNALS Page 6 of 51 5) Clean-up 13. Multi -conductor Cable a. Measurement 1) Measurement for this Item shall be per 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 "Multi -conductor Cable" installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing Multi -conductor Cable 2) Cables inside poles 14. Power Lead-in Cable a. Measurement 1) Measurement for this Item shall be per 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 "Insulated Elec Condr" installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing Power Lead-in Cable 15. Grounding Conductors a. Measurement 1) Measurement for this Item shall be per 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 "Bare Elec Condr" installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing Grounding Conductors 16. Ground Boxes a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ground Box" installed for: 2) Various sizes 3) Various appurtenances c. The price bid shall include: 1) Installing Ground Box 2) Enclosures 3) Covers 4) Concrete apron 17. Furnishing and Installing Pedestal Pole Assemblies CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10-7 TRAFFIC SIGNALS Page 7 of 51 a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install Ped Pole Assmbly" furnished and installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing each Pedestal Pole Assembly 2) Purchasing pedestal pole assemblies from City if called out in the Drawings 3) Furnishing, placement and compaction of backfill 4) Clean-up 18. Installing Pedestal Pole Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Install Ped Pole Assmbly" furnished and installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Excavation 2) Installing each Pedestal Pole Assembly 3) Furnishing, placement and compaction of backfill 4) Clean-up 19. Furnishing and Installing Signal Poles a. Measurement 1) Measurement for this Item shall be per each signal pole furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install Signal Pole" installed for: a) Various types c. The price bid shall include: 1) Furnishing and installing each Signal Pole Assembly 2) Purchasing signal poles from City if called out in the Drawings 3) Erecting assembly on concrete foundation 4) Furnishing and placing anchor bolts, nuts, washers, and templates 20. Installing Signal Poles a. Measurement 1) Measurement for this Item shall be per each signal pole installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Install Signal Pole" installed for: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10-8 TRAFFIC SIGNALS Page 8 of 51 a) Various types c. The price bid shall include: 1) Installing each Signal Pole Assembly 2) Erecting assembly on concrete foundation 3) Furnishing and placing anchor bolts, nuts, washers, and templates 21. Furnishing and Installing Mast Arms a. Measurement 1) Measurement for this Item shall be per each Mast Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Mast Arm" furnished and installed for: a) Various length intervals c. The price bid shall include: 1) Furnishing, assembling and installing Mast Arm 2) Purchasing mast arms from City if called out in the Drawings 3) Mounting equipment 4) Vibration dampers 5) Clean-up 22. Installing Mast Arms a. Measurement 1) Measurement for this Item shall be per each Mast Arm installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Mast Arm" installed for: a) Various length intervals c. The price bid shall include: 1) Assembling and installing Mast Arm 2) Mounting equipment 3) Vibration dampers 4) Clean-up 23. Foundations a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing Foundation 2) Concrete 3) Forms 4) Reinforcing steel 5) Exploratory excavation (as needed) 6) Grounding rods 7) Coordination and notification 8) Excavation 9) Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10-9 TRAFFIC SIGNALS Page 9 of 51 10) Disposal of excess material 11) Protection of the excavation 12) Clean-up 13) Testing 24. Hardware Paint a. Measurement 1) This Item is considered subsidiary to the various Traffic Signal Structures being installed and painted. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to various Traffic Signal Structures being installed and painted and shall be subsidiary to the unit price bid per various Traffic Signal Structures being installed and painted, and no other compensation will be allowed. 25. Furnishing and Installing Controller and Cabinet Assembly a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Controller & Cabinet" furnished and installed for: a) Various mounting methods 2) The price bid shall include: a) Furnishing and installing the Controller and Cabinet Assembly b) Purchasing equipment from City if called out in the Drawings c) Conduit d) Grounding rod e) Concrete foundation pad f) Wiring g) Cable h) Testing i) Troubleshooting j) Terminating 26. Installing Controller and Cabinet Assembly a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Controller & Cabinet" installed for: a) Various mounting methods 2) The price bid shall include: a) Installing the Controller and Cabinet Assembly b) Conduit c) Grounding rod d) Concrete foundation pad e) Wiring f) Cable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3441 10-10 TRAFFIC SIGNALS Page 10 of 51 1 g) Testing 2 h) Terminating 3 i) Troubleshooting 4 j) Picking up City furnished materials 5 27. Advanced Warning Flasher Assemblies 6 a. Measurement 7 1) Measurement for this Item shall be per each assembly installed. 8 b. Payment 9 1) The work performed and materials furnished in accordance to this Item 10 shall be paid for at the unit price bid per each assembly installed for: 11 a) Various types of assemblies 12 b) Various applications including signal ahead, school zone, stop ahead, 13 etc. 14 c. The price bid shall include: 15 1) Furnishing and installing Advanced Warning Flashers 16 2) Testing 17 3) Foundations 18 4) Furnishing and placing anchor bolts, nuts, washers, and templates 19 5) Controller 20 6) Clean-up 21 28. Temporary Traffic Signals 22 a. Measurement 23 1) Measurement for this Item shall be by lump sum per intersection requiring 24 Temporary Traffic Signals. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the 28 lump sum price bid for "Temp Traffic Signal" per each intersection. 29 c. The price bid shall include: 30 1) Picking up and returning materials supplied by the City 31 2) Installation of Temporary Traffic Signal Devices 32 3) Operation of controls 33 4) Maintenance 34 5) Reconfiguration 35 6) Removal of Temporary Traffic Signal Devices post -Construction 36 7) Foundations 37 8) Electrical services 38 9) Detection equipment 39 1.3 REFERENCES 40 A. Abbreviations and Acronyms 41 1. VIVDS: Video imaging vehicle detection system 42 2. BBU: Battery back-up system 43 3. LED: light emitting diode 44 B. Definitions 45 1. Battery Back -Up (BBU) System 46 a. Automatic Bypass Relay CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 3441 10 - 11 TRAFFIC SIGNALS Page 11 of 51 1) A unit connected between the inverter/charger, and the load, which can automatically switch power to the controller cabinet service panel from inverter output power to utility line power, in the event of an inverter failure. b. Battery Back -Up System (BBU System) 1) The battery back-up system includes but is not limited to a manual bypass switch, automatic bypass switch or power transfer switch, inverter/charger, batteries, wiring, external cabinet and all necessary hardware for system operation. c. Battery Back -Up System Software (BBU System software) 1) All software associated with operation, programming and functional requirements of the BBU system. d. Battery Monitoring Device 1) The device which monitors battery temperatures and charge rate of the batteries used in the BBU system. Shall be an ambient sensor internal to the inverter/charger. e. Batteries 1) System Batteries shall be 24vdc wired in a fully parallel configuration to allow complete hot swapping of all batteries during an outage. f. Boost 1) When enabled, the BBU inverter/charger shall automatically switch into this mode to raise the utility line voltage when it drops below a preset limit. The limit may be user defined or use manufacturer default settings (typically 100V AC). g. Buck 1) When enabled, the unit shall automatically switch into this mode to reduce the utility line voltage when it rises above a preset limit. The limit may be user defined or use manufacturer default settings (typically 135V AC). h. External Cabinet 1) The structure which houses the complete system components for the BBU System. i. Inverter/Charger 1) The unit which converts the DC voltage input into 120 VAC output for the traffic signal cabinet to operate. As a minimum the inverter/charger shall be rated for 1400 VA, 1000 watts. j. Inverter Line Voltage 1) The power supplied from the BBU system to the traffic signal cabinet from the BBU System inverter. k. Manual Bypass 1) Manual switch that allows user to bypass BBU power to service system equipment. Manual bypass switch switches utility line power directly to cabinet. 1. Signal Operation Mode 1) A signalized intersection generating a 70OW load when running in normal operation. m. Signal Flash Mode 1) A signalized intersection generating a 30OW load when running in the flash mode of operation. n. Utility Line Voltage 1) The 120V AC power supplied to the BBU system CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10 - 12 TRAFFIC SIGNALS Page 12 of 51 C. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Standard Testing Materials (ASTM) a. ASTM B85-57T — "Standard Specification for Aluminum -Alloy Die Castings" b. ASTM B26-57T — "Standard Specification for Aluminum -Alloy Sand Castings" c. ASTM B-209-57T — "Standard Specification for Aluminum and Aluminum - Alloy Sheet and Plate" d. ASTM D-1535 — "Standard Practice for Specifying Color by the Munsell System" e. ASTM B-033 — "Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes" f. ASTM B-8 — "Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft" g. ASTM A325O-N — "High Strength Galvanized Steel Bolts" h. ASTM A490-N — "High Strength Galvanized Steel Bolts" i. ASTM A123 — "Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products" j. ASTM A153 — "Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware" 3. Texas Manual on Uniform Control Devices (TMUTCD) a. Part IV — Traffic Signals 4. Manual on Uniform Traffic Control Devices, 2009 Edition a. Digits 5. Federal Aviation Administration (FAA) a. FAA L-802-B 6. Institute of Transportation Engineers (ITE): a. Vehicle Traffic Control Signal Head — Light Emitting Diode (LED) Circular Signal Supplemental (VTCSH), adopted June 2005. b. Vehicle Traffic Control Signal Head Part 3: Light Emitting Diode (LED) Arrow Traffic Signal Modules. c. Equipment and Materials Standards, Vehicle Traffic Control Signal Heads (VTCSH) Part 2: LED Vehicle Signal Modules. d. PTCSI LED Signal Modules Draft Version of February 2009 1) Luminous intensity, uniformity and viewing angles 2) Chromaticity 7. Underwriter's Laboratory Incorporate (UL) a. Standard UL-651 — "Schedule 40 and 80 Rigid PVC Conduit and Fittings" b. Standard UL-514B — "Conduit, Tubing, and Cable Fittings 8. American Standards Institute (ANSI)/Institute of Electrical and Electronics Engineers (IEEE) a. Section 6.1.2 ANSUIEEE C62.41.2 — 2002, 3KV, 2 S2 b. Section 6.1.1 ANSUIEEE C62.41.2 — 2002, 6KV, 3O0 c. Transient suppression 9. MIL-STD-883 a. Test Method 2007 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 rt 3441 10-13 TRAFFIC SIGNALS Page 13 of 51 1 b. Mechanical vibration i 2 10. MIL-STD-81OF 3 a. Procedure 1, Rain & Blowing Rain 4 b. Moisture resistance 5 11. National Electrical Manufacturer's Association (NEMA) 6 a. Section 2.1.6 NEMA TS 2-2003 7 b. Section 2.1.8 NEMA TS 2-2003 +- 8 c. Transient voltage protection 9 d. Controller compatibility 10 12. Federal Communications Commission (FCC) 11 a. Title 47 Sec 15 Sub. B 12 b. Electronic noise 13 13. International Municipal Signal Association (IMSA) 14 a. IMSA 5-1 15 b. IMSA 7-1 16 c. IMSA 20-1 17 14. National Fire Protection Association (NFPA) / National Electric Code (NEC) 18 a. NFPA 70 19 b. Wiring ^� 20 15. International Electrotechnical Commission (IEC) 21 a. Section 8.2 IEC 1000-4-5 22 b. Section 8.0 IEC 1000-4-12 23 c. Transient suppression 24 1.4 ADMINISTRATIVE REQUIREMENTS Mm 25 A. Coordination 26 1. City must approve any deviation from Specification. 27 B. Preinstallation Meetings 28 1. 48 hours Notice of Intention to establish final location of any foundations, bases, 29 conduit, and detectors. 30 2. 48 hours notice to DIG TESS, City of Fort Worth Water and Sewer (817-871- 31 8275), and City of Fort Worth Traffic Signals, Street Lights, and Storm Drains 32 (817-392-8100). +. 33 C. Scheduling 34 1. 48 hours advanced approval for existing traffic signal turn off of flash operation. 35 2. 48 hours advanced notice of placing traffic signal into operation. 36 3. 3 Working Days notice for City provided equipment pick-up. 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. 39 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 40 fabrication for specials. 41 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 42 A. Product Data Sheets are required for: CITY OF FORT WORTH West Berry Streetscape Improvements i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3441 10-14 TRAFFIC SIGNALS Page 14 of 51 1 1. Traffic signal housing, back plates, visors, louvers, LED lamps, and mounting 2 hardware 3 2. Pedestrian signal housing, LED lamps, and mounting hardware 4 3. Pedestrian push button assemblies 5 4. Conduit 6 5. Battery back-up systems 7 6. Multi -conductor cable 8 7. Power lead-in cable 9 8. Ground boxes 10 9. Grounding conductor 11 10. Grounding rod 12 11. Concrete 13 a. Refer to Section 03 30 00. 14 12. Vibration dampers 15 13. Miscellaneous items supplied 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Storage and Handling Requirements 21 1. Parts shall be properly protected so that no damage or deterioration occurs during a 22 prolonged delay from the time of shipment until installation. 23 2. Exposed anchor bolts shall be protected until pole shaft is installed. 24 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust 25 and corrosion. 26 4. Prevent plastic and similar brittle items from being exposed to direct sunlight and 27 extremes in temperature. 28 5. The Contractor shall secure and maintain a location to store the material in 29 accordance with Section 01 50 00. 30 B. Delivery and Acceptance 31 1. Contractor shall pick up all City furnished materials and deliver them to the Site. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY 34 A. Manufacturer Warranty 35 1. Manufacturer's warranty shall be in accordance with Division 1. 36 2. A 2 year warranty shall be required on all equipment furnished by the Contractor. 37 B. Extended Correction Period 38 1. Contractor responsible for correcting any substandard workmanship and/or 39 materials for 24 months from the date the signal is accepted by the City. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 Fft i Aft i Mok M MOP .o i i RM i i 3441 10 - 15 TRAFFIC SIGNALS Page 15 of 51 1 PART2- PRODUCTS 2 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 3 A. Refer to Drawings and Contract Documents to determine if any Items are to be 4 purchased from the City and installed by the Contractor. 5 B. Items eligible for purchase from the City include: 6 1. Radar Detection Systems 7 2. VIVDS 8 3. Emergency Vehicle Preemption Systems 9 4. Pedestal Pole Assemblies 10 5. Signal poles 11 6. Mast arms 12 7. Controller and Cabinet Assemblies 13 8. Battery back up systems 14 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed in the City's Standard Products List will be 17 considered as shown in Section 0160 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 0125 00. 21 3. If more than 1 unit of a given bid item is required, then the Contractor shall ensure 22 that all units are the product of 1 manufacturer, unless otherwise directed by the 23 Traffic Services Manager or designee. 24 B. Description 25 1. Regulatory Requirements 26 a. Traffic signal shall meet or exceed standards set forth by the Texas Manual on 27 Uniform Traffic Control Devices (TMUTCD), National Electric Code (NEC), 28 Institute of Transportation Engineers (ITE), American Society for Testing and 29 Materials (ASTM), American Standards Institute (ANSI), and National 30 Electrical Manufacturer's Association (NEMA). 31 C. Traffic Signal Materials 32 1. It is the Contractor's responsibility to furnish all materials necessary to complete 33 each traffic signal installation, whether the item is specifically mentioned or not. 34 All unspecified materials (i.e., electrical tape, bolts, and nuts, etc.) shall meet the 35 requirements of the National Electrical Code. 36 2. All materials supplied by the Contractor shall be of new, un-depreciated stock. 37 3. Traffic signal head assemblies 38 a. Traffic signal heads 39 1) The housing and doors of the signal head shall be made of die cast 40 aluminum alloy in accordance with ASTM Specification B85-57T. 41 2) Sandcast aluminum alloy shall be used for other parts of the signal head if 42 in accordance with ASTM Specification B26-57T. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Bent' Streetscape Improvements City Project No. 00407 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 3441 10- 16 TRAFFIC SIGNALS Page 16 of 51 3) The visors shall be fabricated from aluminum sheet conforming to the ASTM Specification B-209-57T. 4) All miscellaneous parts such as hinge pins, lens clips, locking devices, etc. shall be made of a non -corrosive material. 5) The housing of the signal heads shall be constructed of interchangeable sections. 6) All exterior mating surfaces shall be flat to assure waterproof and dust - proof assembly of sections. 7) The top and bottom of the sections will have an opening approximately 2 inches in diameter to permit the entrance of 1 %Z inch pipe nipples. 8) Each section shall have serrated openings or equivalent, for providing a positive and locked positioning of signal sections when used with serrated mast arm or span wire mounting brackets. 9) The door and lens housing shall be equipped with a watertight and dust - tight molded neoprene gasket. a) The door of each signal section shall be attached to the housing in a watertight and dust -proof manner. b) Non -corrosive hinge pins and 2 wing screws will be furnished on each door for opening and closing without the use of special tools. (1) These hinges and screws shall be of such design as to allow even gasket pressure. 10) Each signal head section shall be furnished with a detachable tunnel type visor unless otherwise specified. 11) Visors shall be a minimum of 10 inches in length (depth) for 12 inch signals, or a minimum of 7 inches in length (depth) for 8 inch signal heads where specifically called for in the Drawings. a) Visors shall be attached to the door assemblies in a manner that facilitates field removal and installation. b) Visors shall be fabricated from aluminum and shall not form a complete circle and shall have the bottom open, unless louvers are required. 12) Traffic signal housing shall be furnished with LED inserts that comply with this Specification and shall be in the standard red, amber and green configuration as specified by the most current version of the TMUTCD. 13) A screw down type terminal block shall be provided with each signal head for facilitating field wiring. 14) The pigtail leads from the lamp receptacles shall be connected to a common terminal block within the head assembly. 15) Each terminal block will be at least a 6 position, 12 terminal strip securely fastened at both ends to the signal housing. 16) All traffic signal heads shall conform to the requirements of the most current version of the TMUTCD in color and arrangement. 17) The housing and outside surface of the visors shall be traffic yellow (RAL 1023) in color. a) The inside surface of visors shall be a "Dull" or "Flat -black" color. b) The outside surface shall have a minimum of 2 coats of baked chrome yellow enamel (TT-C-595E1310), Munsell notation O.YP 47/15/3, per FAA Specification L-802-B and ASTM D 1535. b. LED traffic signal lamp unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 .. 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 3441 10 - 17 TRAFFIC SIGNALS Page 17 of 51 1) This Specification describes the minimum acceptable design and performance requirements for a 12 inch (300mm) or 8 inch (200 mm) light emitting diode (LED) traffic signal lamp unit. 2) The equipment shall conform to the applicable requirements of. the Underwriter's Laboratory Incorporate (UL), the American Society for Testing and Materials (ASTM), the American Standards Institute (ANSI), the National Electrical Manufacturer's Association (NEMA), and other applicable standards and specifications. 3) The LED traffic signal lamp unit shall comply at a minimum with the Institute of Transportation Engineers (ITE) specification for Vehicle Traffic Control Signal Head — Light Emitting Diode (LED) Circular Signal Supplement (VTCCH); adopted June 2005, for circular indications and Vehicle Trac Control Signal Head Part 3: Light Emitting Diode (LED) Arrow Traffic Signal Modules for arrow indications. 4) The LED shall have an "incandescent" look, using the minimum number of LED's that comply with the ITE specification. 5) If proper orientation of the LED unit is required for optimum performance, a clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation (top or bottom). 6) The manufacturer's name, serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. 7) Documentation Requirements a) Each LED traffic signal lamp unit shall be provided with the following documentation: (1) Complete and accurate installation wiring guide (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (3) A copy of a test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets all the requirements of these Specifications in accordance with ITE VTSCH Part 2. (4) Schematic diagram for each unit, along with any necessary installation instructions (5) For each unit submitted, the manufacturer name, brand and model number of LEDs used shall be provided, along with the LED manufacturer's recommended drive current and degradation curves. (6) Warrant information from manufacturer (7) Quality assurance testing documentation c. Signal head louvers 1) Louvers shall be provided for those signal sections indicated in the Drawings. 2) All louvers shall be of such design as to provide visibility of the lens for the intended lane of traffic as indicated by the Drawings and block visibility to all other lanes. d. Mounting hardware 1) Mast Arm Mount Signal Bracket, 1-Way Cable Mount CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3441 10 - 18 TRAFFIC SIGNALS Page 18 of 51 — 1 a) The product bid shall be the mast arm mount signal bracket, 1-way 2 cable mount, for 3 to 5 section head with 84 inches cable and 74 inches 3 long gusseted tube manufactured by Pelco, part no. AB-0125, or 4 approved equal. 5 2) Mast Arm Mount Signal Bracket, 1-Way Cable Mount, Clamp Assembly 6 a) The product bid shall be the mast arm clamp assembly with 84 inches 7 cable manufactured by Pelco, part no. AB-3009, or approved equal. 8 3) Mast Arm Mount Signal Bracket, 2-Way Cable Mount 9 a) The product bid shall be the mast arm mount signal bracket, cluster 10 cable mount, for 5 section signal head with 84 inches cable 11 manufactured by Pelco, part no. AB-0138, or approved equal. General 12 Specifications are below. 13 4) General Specifications for Traffic Signal Head Mounting Hardware 14 a) The bracket shall be completely adjustable such that it is capable of 15 rotational adjustment about the bracket axis, vertical adjustment, 16 rotational adjustment about the mast arm and rotational adjustment 17 right & left from the vertical plane. 18 b) The bracket shall be provided with aircraft type stranded cable for 19 fastening the bracket to the supporting arm or structure. The bracket 20 shall be easily adjustable to fit all sizes of round, octagonal, elliptical or 21 other shaped structure without special tools or equipment. 22 c) The bracket shall attach to the signal in a clamping manner holding the # 23 signal both top and bottom in order to assure maximum rigidity. For 24 the 1-way cable mount, a standard bracket shall accommodate all major 25 signal manufacturers' signals from a 3 section 1-way 8 inches and 12 26 inches signal through a 5 section 1-way 12 inches signal and any 27 combination thereof including 3M and ICC configurations. For the 2- 28 way cable mount, a standard bracket shall accommodate all major 29 signal manufacturers' signals from a 3 section 2-way 8 inches signal 30 through a three (3) section 2-way 12 inches signal and any combination 31 thereof including 3M and ICC configurations. _ 32 d) Upper & Lower Arms 33 (1) Shall be cast from 319 aluminum or equivalent 34 (2) The lower bracket arm shall be internally threaded to accommodate 35 the threaded vertical support tube. 36 (3) The lower arm shall be furnished with ABS plastic covers, which 37 will slide and snap into position without the use of fasteners or 38 tools. 39 (4) All upper and lower arms shall have 72 tooth serrations cast into 40 the arm to assure a positive lock with signal housing and shall be 41 secured about their rotational axis with setscrews. 42 (5) Both upper and lower arms shall have a tri-bolt arrangement for 43 attachment to the signal housing. 44 (6) Opening in the lower arms shall accommodate a minimum of 3, 12 45 conductor 14 gauge cables. 46 e) Vertical Support Tube 47 (1) Shall be a double gusseted tube extruded from 6063-T6 aluminum 48 alloy or equivalent and have a cross section. 49 (2) Each tube shall be complete with a vinyl closure strip and be 50 threaded on 1 end to accommodate the lower arm assembly. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 "' 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3441 10 - 19 TRAFFIC SIGNALS Page 19 of 51 f) Mast Arm Clamp Assembly (1) Both male and female halves shall be cast from 713 aluminum alloy or equivalent. (2) The male clamp half shall be secured within the female half, utilizing a spring steel retainer ring. (3) Such assembly shall provide an unobstructed center of 2 3/8 inches minimum diameter, allowing for 360 degree rotation of the clamp assembly. (4) There shall be no internal cross bracing assembly obstructing the center opening. g) Aircraft Type Stranded Cable (1) Shall be fabricated in 1 piece with a minimum diameter of 3/16 inches either galvanized or stainless steel (2) The cable shall be complete with 7/16 inch stainless steel clamp screw permanently attached to each end. Each clamp screw shall be fitted with a stainless steel hex nut, SAE flatwasher and an aluminum -bearing washer. (3) The clamp screw shall be flattened on 2 opposite sides for wrench accommodation. The stranded cable shall be of sufficient length to fasten the clamp assembly to a minimum pole diameter of 8.6 inches. h) Each bracket shall be complete with all necessary bolts, washers, gaskets, etc. to allow assembly of the signal to the bracket and the bracket to the mast arm. i) All aluminum parts shall have an Alodine (or equivalent) finish. All steel parts shall have a traffic yellow (RAL 1023) zinc di -chromate finish. 4. LED Countdown Pedestrian Signal Head Assemblies a. Housing unit 1) Housing units shall be new and unweathered. 2) The housing shall be fitted with an LED module that has an incandescent look. 3) The housing shall be a 1-piece corrosion resistant aluminum alloy die- casting with integrally cast top, bottom and sides that are weatherproof and dust -tight. 4) The housing shall be right and left drilled for clamshell attachment and shall have top and bottom ports that are opened and capped and will accommodate standard 1 '/z inches pipe. 5) The approximate size of housing (including body, door, and ears) shall be 16.0 inches H x 18.75 inches W x 8 inches D. 6) The door frame shall be a 1-piece corrosion resistant aluminum die-casting. 7) The housing shall be traffic yellow (RAL 1023). 8) The housing shall have a standard 3-position terminal block, pre -wired to receptacles to permit easy field installation of a power supply. 9) All necessary hardware shall be provided with housing. Rivets shall be aluminum and bolts, lock washers, screws, eyebolt assembly and pins shall be stainless steel. b. LED countdown pedestrian unit 1) LED countdown pedestrian signal units shall be new and unweathered. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 West Berry Streetscape Improvements City Project No. 00407 3441 10 - 20 TRAFFIC SIGNALS Page 20 of 51 1 2) The manufacturer's name, serial number and other necessary identification 2 shall be permanently marked on the backside of the LED pedestrian signal 3 unit. 4 3) The LED pedestrian signal lamp unit shall fully conform to Institute of 5 Transportation Engineers (ITE) PTCSI Draft Version of February 2009. 6 4) The LED pedestrian signal lamp unit shall fully conform to Chapter 4E, 7 Pedestrian Control Features, of the Manual on Uniform Traffic Control 8 Devices (MUTCD), 2009 version. 9 5) Each LED pedestrian signal unit shall be provided with the following 10 documentation: 11 a) Complete and accurate installation guide. 12 b) Contact name, address, and telephone number for the representative 13 manufacturer, or distributor for warrant repair. 14 6) A copy of a test report certified by an independent laboratory that the LED 15 traffic signal lamp model submitted meets all the requirements of these 16 specifications in accordance with ITE PTCSI Draft Version of February 17 2009. 18 c. Mounting hardware 19 1) Mounting hardware shall be the clamshell mount type equivalent to or 20 better than the clamshell #4805 manufactured by McCain. 21 2) Mounting hardware shall be a 2-piece, cast aluminum alloy assembly. The 22 2 separate castings shall be joined in the final assembly by the use of 23 stainless steel spring pins. 24 3) The pole half of the assembly shall be designed to adapt to a wide range of 25 pole configurations (4 inch minimum diameter). 26 4) Unit construction shall allow band -it type mounting. Band -it type 27 mounting shall be permitted by 2 recessed slots near the top and bottom of 28 the pole half of the assembly. 29 5) The pedestrian assembly shall be capable of being mounted on the pole by 30 lining up the mounting pins of the pole half with the mounting ears of the 31 pedestrian assembly and lowering it into position. 32 6) 3 sets of screw terminal pairs shall be located on a terminal block in the 33 upper third of the head half of the clamshell assembly. 34 7) A closed cell neoprene sponge gasket shall be provided on the mating 35 surfaces of the 2 halves of the assembly to compete the rain -tight 36 construction. 37 5. Pedestrian Push Button Assemblies 38 a. The product bid shall be the Bulldog pushbutton BDLM2-Y with Bulldog Pole 39 Mount BDPM-X manufactured by Polara, or approved equal, and shall meet 40 the following specifications: 41 1) Button must be highly vandal resistant and pressure activated with 42 essentially no moving parts. 43 2) Button must be able to withstand an impact from a baseball bat or hammer. 44 3) Button housing must be cast aluminum powder coated traffic yellow (RAL 45 1023). 46 4) Button cap must be made of 316 stainless steel. 47 5) Switch must be solid state electronic Piezo switch rated for 100 million 48 cycles with no moving plunger or moving electrical contacts. 49 6) Button must have LED to give indication of button being pushed. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3441 10-21 TRAFFIC SIGNALS Page 21 of 51 7) Button must give a 2 toned beep indication of button being pushed (1 tone for push, 1 tone for release). 8) Button must have built in surge protection. 9) Button must be able to hold the call for a minimum of 5 seconds. 10) Button must operate immediately after being completely immersed in water for 5 minutes. 11) Button must not be able to allow ice to form such that it would impede function of button or button cap. 12) All switch electronics must be sealed within the cast aluminum housing. 13) Button must have raised ridges to protect the button from side impacts. 14) The button shall come complete with an aluminum round housing to be mounted to the signal pole. The housing shall be cast aluminum powder coated traffic yellow (RAL 1023). 15) R10-3e push button signs 16) All necessary pole mounting hardware shall be supplied. 6. Luminaires a. A separate fusetron link shall be provided in the signal pole access compartment. The conductors from the pole base to the luminaire shall be #8 XHHW wire. Luminaires shall have multi -tap (120 / 240 volt) ballast. b. The luminaire head shall be a `cobra' type with drop lens. Each unit shall come with a photo cell switch mounted on the top. Each luminaire shall contain a 200 watt high pressure sodium bulb. 7. Radar Detection System a. General 1) All equipment required to interface with a traffic signal controller will be subsidiary to this pay item. 2) The unit shall detect the continuous presence of every type of vehicle. 3) The horizontal range for detection shall be from a minimum of 1 foot (300 mm) to a maximum of 80 feet (24,400 mm) at a mounting height of 20 feet. 4) The sensor shall be able to hold the detection until the zone is cleared. The sensor shall be able to tune -out stationary targets that remain within the detection zone for a minimum programmable time with 1 minute resolution from 1 to 30 minutes. 5) The sensor shall self -tune to its detection zone with no external adjustments other than physical alignment after the initial set-up. There will be no tuning controls of any kind which will require an operator once the unit has been properly installed with the set-up software. 6) The detector output must be directly compatible with the controller cabinet detector input. 7) The detector shall be capable of continuous operation over a temperature range of — 35 degrees Fahrenheit to + 165 degrees Fahrenheit (-31 degrees Celsius to 78 degrees Celsius). b. Functional Requirements 1) The microwave unit must have Federal Communications Commission (FCC) certification. The FCC -ID number must be displayed on an external label. The detector will operate at a frequency, as allowed under the FCC Rules, Part 15. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10 - 22 TRAFFIC SIGNALS Page 22 of 51 2) Cabinet power utilized by a detector power supply will range from 90 to 135 VAC. The detector will be self-contained. The power supply shall be an integral part of the unit. External power supplies shall not be allowed. 3) The unit will have an electro-mechanical SPDT relay to send a signal to the controller. 4) No component shall be of such design, fabrication, nomenclature or other identification as to preclude the purchase of said component from any wholesale electronic distributor. 5) The unit must employ a circuit for power failure to put the relay to a fail- safe position (recall) during a power failure. 6) The detector must have a monitoring circuit for the transceiver that will change the output relay to the fail-safe position in the event of a component failure. 7) The detector shall work either as a side of the pole mounted detector or as an overhead mounted detector at a height range of 12 feet to 24 feet (3650 mm to 7300 mm). 8) All set-up and diagnostic software shall be provided to run on a Windows based operating system. c. Mechanical Requirements 1) Each sensor shall be enclosed in a finished fabricated plastic and aluminum chassis with a minimum 4 inches (100 mm) wide by 5 inches (130 mm) high front plastic panel. The front plastic panel shall be constructed of a high impact plastic that covers the opening in front of the antenna. 2) Each detector chassis will be water resistant without the use of silicone gels or any other material that will deteriorate under prolonged exposure to ultraviolet rays. 3) The printed circuit board shall be coated with a solder mask material that resists moisture and fungus. The solder mask shall have a silk screen to provide a label for each component on the printed circuit board. 4) The sensor shall be furnished with a bracket designed to mount directly to a pole or overhead mast -arm structure. 5) The sensor shall interface with the set-up software via a RS-232 port with a baud rate of 1200. 6) The maximum size of the detector shall be: a) Height: 8.00 inches (200 mm) w/ mounting bracket b) Width: 4.25 inches (108 mm) c) Depth: 10.50 inches (270 mm) d. Functional Tests 1) The manufacturer will test all microwave units to insure compliance to all FCC and department specifications. e. Software 1) The set-up software shall be menu driven and shall utilize a Windows type format for operating the software. 2) An on-line help shall be provided as an integral part of the system software. 3) The operator shall be able to perform the following functions through the set-up software: a) View a detection output from the unit. b) View a low microwave signal from the unit. c) Program the average intersection cycle time in the set-up software. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10-23 TRAFFIC SIGNALS Page 23 of 51 d) Program the presence time-out in 1 minute intervals from 1 to 30 minutes. e) Program a delay time from 0 to 25 seconds in 1 second intervals. (1) 0 = off. f) Program a delay inhibit time from 0 to 25 seconds in 1 second intervals. (1) 0 = off. g) Provide a quick re -tune feature for re -tuning in an expedited fashion under ideal background conditions. 4) The operator shall be able to perform the following advanced program functions through the set-up software: a) Select and program a new sensor I.D. for each sensor. b) Program a response time for the sensor. c) Program a hysteresis value from a selection of: (1) Low (2) Medium (3) High d) Program a profile value for each sensor. e) The operator shall be able to view the signature of the microwave and the deviation parameters of the microwave for each sensor through the set-up software. 5) Documents a) The Manufacturer shall supply a hardware installation guide and a software set up and user manual. 8. Video Imaging Vehicle Detection System (VNDS) a. The VNDS shall detect the presence of vehicles on all approaches of the intersection and be operationally compatible with controllers and conflict monitors currently used by the City of Fort Worth. b. The video detection component of this system is generally composed of 4 camera/processor combination units and associated hardware. c. The VNDS shall be Autoscope Solo Pro or equivalent and capable of performing the following functions: 1) The Video Processor System (VPS) shall be capable of providing up to 16 detector outputs to a Type 170 traffic controller from up to 8 camera/video processor units (CNPU). 2) Each CNPU field of view shall provide a minimum of 32 virtual detection zones for vehicle detection. 3) The specific number of CNPUs to be provided is shown on the Drawings. 4) A Video Processor Unit (VPU) shall reside in each camera housing. 5) The video output from the CNPU shall be in color with active detection zones overlaid on full motion video. 6) Connection from the controller cabinet to the camera/processor must be twisted wire pairs only. a) No coaxial cable shall be used from the controller cabinet to the cameras. 7) The CNPU shall be able to simultaneously perform vehicle presence detection while computing and storing traffic data parameters for user selected intervals of 10, 20, or 30 seconds or 1, 5, 10, 15, 30, or 60 minutes. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 3441 10 - 24 TRAFFIC SIGNALS Page 24 of 51 a) These parameters must include vehicle counts, flow rate, classification, occupancy, and speeds. b) The CNPU shall be capable of operating in an IP-addressable multi - drop communications network that allows the traffic data parameters to be polled down to 10 second intervals. c) It shall be possible to verify and download the stored data at any time without disturbing the data currently stored in memory. d) The CNPU shall be provided with occlusion compensation software on a per detection zone per lane basis in order to minimize over counting due to large vehicles. 8) Phase Red and Green load switch outputs from up to sixteen (16) phases of a Type 170 traffic controller shall be provided as inputs to the CNPU for inhibiting detector Extend/Delay timing functions. 9) The CNPU software shall provide Boolean logic gates (AND, OR, NAND, and N of M) that allow the detector outputs to be daisy chained/linked together for customized operation. 10) In addition, the CNPU shall be able to condition the detector outputs based on the state of the associated phase number and color. 11) The following detector types shall be available: Detector Output Type 0 1 Pa 3 Function Send a call for every vehicle presence detected Extend a call Delay a call Delay a call Extend a call Lock a call 4 Extend and/or lock a call Extend and/or lock a call 5 (with an automatic reset timer) 6 Lock a call Reserved for future output 7 type (Defaults to Type 0 output) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Phase State Not applicable Green Not Green Green Not Green Not Green Not Green Not Green Red West Berry Streetscape Improvements City Project No. 00407 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 3441 10 - 25 TRAFFIC SIGNALS Page 25 of 51 Calculate dilemma zone and Green 8 automatically extend a call Send a call for every vehicle Not Green presence detected Delay and/or lock a call Red 9 Send a call for moving Not Red vehicles only 12) The serial communication port on the VPS shall be a 1313-9 RS-232 connector. a) The Vendor shall supply a software package that will operate with Windows. (1) In the direct connect mode, the software resident in the VPS and in the personal computer shall be capable of transmitting and receiving all information needed for detection zone set-up, monitoring vehicle detection by viewing flashing detection zone overlays, and uploading/downloading and interrogating all stored data within the VPS. (2) Future remote communications with the VPS shall be possible with the addition of external communication devices (modem, codec, etc.) using the RS-232 and video output ports on the VPS. 13) The VPS shall be provided with front panel switches and LED indicators that allow an operator to manually select and verify the VPS operating mode, monitor camera Sync and Data operation, and monitor a minimum of 16 outputs and 8 inputs of the VPS without the use of an external device such as a personal computer. 14) The CNPU shall be capable of detecting vehicles for a minimum of 8 lanes plus 2 shoulders on a per camera basis. a) The CNPU shall also be able to simultaneously detect both approaching and departing vehicles for each camera field of view. 15) The CNPU operational software shall be stored internally in Flash Memory and be capable of being updated without the removal and replacement of memory devices. 16) The CNPU shall be provided with count, presence, directional presence, speed, stopped vehicles, and queue types of detection zones. a) An adjustable cycle timer shall be available for dealing with stopped vehicles. b) The Windows software shall be able to display the traffic parameters on the screen of an SVGA monitor on a per vehicle basis for each detection station by lane. c) It shall also be possible to view and sort the stored data for selected time intervals. 17) A Clock/Calendar shall be resident in the CNPU software for turning on/off certain parameters used to enhance detection performance, and shall include Daylight Savings compensation. 18) The Contractor shall provide a 0.125 inches thick aluminum Camera Interface Panel mounted to the wall of the traffic controller cabinet for protecting the CNPU video, data, and power. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10-26 TRAFFIC SIGNALS Page 26 of 51 a) The panel shall contain as a minimum; 1 Edco CX06 coax protector per camera (if video is output on coaxial cable), an Edco ACP-340 for protecting the CNPU power, a 10 amp circuit breaker, and a terminal strip with a minimum of 6 8-32 binder head screws for input/output power. 19) The VPS shall be IS09002 registered prior to bid opening. The VPS shall also be a UL recognized component that complies with the requirements of EN6095D. 20) The VPS at each intersection shall be able to be networked using a 2-TWP interconnect back to the Master Cabinet for future communication to the Traffic Management Center. a) This communication must be full -duplex RS-485 and be capable of being daisy -chained at each VPS location. d. Video Detection System Components 1) Description a) Camera/Processor Combination b) 5 '/z Pair 18-Gauge Cable c) Communications Interface Panel (4-Camera) d) Mini -Hub Detector Card e) Camera Mounting Bracket, Pelco Model AB-0166-5-84, or approved equal f) Interface Cable Assemblies g) Users Guide h) Field Setup Monitor i) Installation Assistance and / or User Training (Days) e. If any ccomponent fails, it should be easily identifiable by visual inspection and replaced or repaired per the warranty. f. Each component shall be provided with the following documentation: 1) Complete and accurate installation, set-up and users guide. 2) Contact name, address, and telephone number for the representative, manufacturer, and/or distributor for warranty repair. 9. Emergency Vehicle Preemption System a. Must be compatible with existing City owned emergency vehicle preemption systems. b. Provide new, corrosion resistant materials. c. Emergency Preemption Phase Selector 1) Shall be a plug-in two channel, dual priority, encoded signal device. 2) Shall have the capability to be installed directly into the input file of Type 170 traffic controllers equipped with priority phase selection software. 3) Shall recognize and discriminate among three distint emitter frequency rates via Emergency Preemption Detectors: Command Priority, Advantage Priority and probe vehicles. 4) When Emergency Preemption Detector signals are recognized as a valid call, the Emergency Preemption Phase Selector shall cause the signal controller to advance to and/or hold the desired traffic signal display. This is accomplished by utilizing Emergency Preemption Phase Selector circuitry in conjunction with normal internal controller functions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 3441 10 - 27 TRAFFIC SIGNALS Page 27 of 51 1 5) The Emergency Preemption Phase Selector shall be capable of assigning .. 2 priority traffic movement to one of two channels on a first come, first serve 3 basis. Each channel shall be connected to select a particular traffic 4 movement from those normally available within the controller. -. 5 6) Once a call is recognized, "commit to green" circuitry in the Emergency 6 Preemption Phase Selector shall function so that the desired green 7 indication will be obtained even if optical communication is lost. After 8 serving a priority traffic demand, the Emergency Preemption Phase �. 9 Selector shall release the controller to follow normal sequence operation. 10 7) The phase selector shall not change the timing of the following intervals for 11 any normal controller phase: minimum green, walk, pedestrian clearance, 12 yellow change, or red clearance. 13 8) Emergency Preemption Phase Selector shall also have the following 14 features: two auxiliary detectors per channel, compatible with encoded 15 signal and non -encoded emitters, computer -based interface (RS232 16 communications front port, and rear backplane, customizable ID code 17 validation), crystal controlled circuitry, optically isolated outputs, front 18 panel switches and diagnostic indicators for testing, and multi -function test 19 switch. 20 9) Phase selector shall be powered from AC mains and shall provide 24-volt 21 DC output for its associated detectors. 22 10) Emergency Preemption Phase Selector shall utilize solid state and relay 23 circuitry to interface between the Emergency Preemption Detector and the 24 traffic signal controller. 25 11) Emergency Preemption Phase Selector shall supply power to and receive 26 electrical signals from the Emergency Preemption Detector. 27 12) Emergency Preemption Phase Selector shall be tested to NEMA electrical 28 test specifications. 29 13) Emergency Preemption Phase Selector shall operate at a voltage range of 30 89 to 135 VAC +10% and 60Hz + 3Hz. 31 14) Provide equipment that is not affected by the transient voltages, surges and 32 sags normally experienced on commercial power lines. It is the Contractor's 33 responsibility to check the local power service to determine if any special 34 design is needed for the equipment. Any extra cost, if required, is 35 subsidiary to this Item. 36 15) Install appropriate surge protectors in the cabinet for the Emergency 37 Preemption Phase Selector and Emergency Preemption Detector. 38 16) Provide equipment that meets the requirements of Sec. 2.1.6, "Transients, 39 Power Service" of the NEMA Standard TS2-1992, and/or the latest 40 revision. 41 17) Provide all wiring to the requirements of the NEC. Cut all wires to proper 42 length. Provide cable slacks to facilitate removal and replacement of 43 assemblies, panels, and modules. Do not double back any wires to take up 44 slack. Neatly lace wires into cable with nylon lacing or plastic straps. 45 Secure cables with clamps. 46 18) Provide diodes or other protective devices across the coils of all DC relays, 47 solenoids, and holding coils for transient suppression. 48 19) Furnish equipment with readily accessible, manually re-settable or 49 replaceable circuit protection devices (such as circuit breakers or fuses) for 50 equipment and power source protection. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3441 10-28 TRAFFIC SIGNALS Page 28 of 51 20) Design the equipment such that the failures of the equipment shall not cause the failure of any other unit of equipment. 21) Equipment furnished shall be modular in design to allow major portions to be readily replaced in the field. 22) Emergency Preemption Phase Selector shall have mechanically key modules of unlike functions to prevent insertion into the wrong socket or connector. 23) Clearly identify all modules and assemblies with name, model number, serial number, and any other pertinent information required to facilitate equipment maintenance. 24) A card rack shall be supplied with every Emergency Preemption Phase Selector. a) Shall be a metallic enclosure with a dedicated card slot for one phase selector with either two or four channel units. b) The front panel of the card rack shall include a terminal strip for connecting the detectors, as well as a 9-pin circular connector and harness to connect the phase selector's inputs and outputs. c) The card rack shall be subsidiary to the Emergency Preemption Phase Selector. d. Emergency Preemption Detector 1) Furnish Emergency Preemption Detector that shall seamlessly operate with the vehicle emitters used in the project area. 2) Detector shall transform the optical energy detected from an approaching, vehicle mounted emitter to an electrical signal. The electrical signal shall be transmitted along an Emergency Preemption Detector Cable to the Emergency Preemption Phase Selector for processing. 3) Detectors shall permit a direct, unobstructed line -of -sight to vehicle approaches. 4) Detector shall have a cone of detection of not more than 13 degrees. The Emergency Preemption Detector and/or Emergency Preemption Phase Selector shall not sense a pre-emption signal from an emitter outside this cone. 5) Detector shall have solid state circuitry and advanced electrical transient immunity. 6) Detectors shall have a range of 200 feet and is adjustable up to 2,500 feet. 7) Detector shall operate at an electrical voltage of 24 to 28 VDC, 50 MA minimum. 8) Shall operate at a temperature range of -30 degrees F to 165 degrees F. 9) Detector shall include mounting hardware, as specified, for mast arm mounting, span wire mounting, pole -side mounting, mounting on top of a signal head, or mounting on top of a pipe or pedestal. 10) Detector shall have an adjustable turret configuration to accommodate skewed approaches. 11) Detector housing shall be of light weight, durable, high -impact polycarbonate material having stainless steel and brass fittings. 12) Detector shall operate at a humidity of 5% to 95% relative. e. Emergency Preemption Detector Cable 1) Shall be compatible with all other equipment used in this specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 .. wY 1 2 3 4 5 6 7 8 9 10 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 40 41 42 43 44 45 46 47 48 49 3441 10-29 TRAFFIC SIGNALS Page 29 of 51 2) Cable shall be individually tinned copper strand three -conductor cable with yellow, orange, and blue conductor wires. It shall also have a bare shield drain wire. 3) Cable shall be AWG #20 (7x28), stranded with conductor insulation of 600 volt, 75°C (167F). 4) Cable shall have a DC resistance not to exceed 11.0 ohms per 1000 ft. 5) The capacitance from one conductor to other 2 conductors and shield shall not exceed 48 pf./ft. 6) Cable jacket shall be rated for 600 volts, 80 degrees C (176 degrees F), and minimum average wall thickness of 0.045 in. 7) Finished O.D. of 0.3 in. maximum. 10. Battery back-up system a. The BBU system shall operate using 1 or more of the following methods: 1) Buck and Boost Method a) When the buck and boost functions are enabled they shall set the upper and lower control limit allowable for the utility line voltage. b) If the utility line voltage fluctuates above or below the buck and boost values, the BBU system shall raise or lower the voltage by approximately 10-15 percent of the utility line voltage in an attempt to bring the voltage back into the upper and lower control limits. c) Buck and boost shall have preset manufacturer defaults. If the utility line voltage falls above or below the functional capabilities of buck and boost, then the BBU system will transfer power from the utility line voltage to the inverter line voltage. 2) Stand-by Method a) The stand-by method shall set upper and lower control limits for the utility line power. b) If the utility line voltage falls above or below the upper or lower control limits, then the BBU system will transfer power from the utility line voltage to the inverter line voltage. b. System capabilities 1) The BBU system shall be capable of providing 1400VA, 1000W peak load, with a minimum of 80 percent inverter efficiency, for at least 10 seconds. 2) The BBU system shall be capable of providing an "LED only" 70OW signal operation load for a minimum of 4 hours, and then switching to and providing 30OW signal flash load for an additional 2 hours minimum under ambient temperatures of 25 degrees Celsius, when batteries are fully charged. 3) When the BBU system is running on battery power, the inverter/charger shall be capable of allowing the transition from normal operating mode, to flash mode, via relay contacts and connection points, based on "timed output", "on battery" or "low battery" condition. 4) The transfer time allowed, from disruption of normal utility line voltage to stabilized inverter line voltage from batteries, shall be from 5-20 milliseconds. The same allowable transfer time shall also apply when switching from inverter line voltage to utility line voltage. 5) The BBU system shall bypass utility line voltage whenever the utility line voltage is outside of the manufacturer's default, or a user -programmed voltage range, t2VAC. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3441 10-30 TRAFFIC SIGNALS Page 30 of 51 6) When the utility line power has been restored to a normal operating voltage 2 for more than a user defined setting (default 30 seconds), the BBU system 3 shall transfer from inverter line voltage to utility line voltage. The BBU 4 system shall be equipped to prevent a malfunction feedback to the cabinet 5 or from feeding back to the utility service. 6 7) The BBU system shall be compatible with TS1, TS2 and Model 170/2070 7 controllers and cabinet components for full run-time operation. 8 8) The BBU system shall be fully self contained in an externally mounted 9 cabinet, compatible with Model 170/2070 332 cabinets. Relay contact 10 wiring for each set of NO/NC relay contact closure terminals shall be no 11 less than 6 feet long and #18 AWG wire. Use manufacturer 12 recommendations for size of wire for any cables lengths greater than 10 13 feet. 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 9) The BBU system shall have lightning surge protection compliant with IEEE/ANSI C.62.41 latest edition and meeting all current UL1449 standards. Lightning surge protection shall be provided to the utility line voltage coming into the inverter/charger. 10) The BBU system, including batteries and hardware, shall be easily replaceable and shall not require any special tools for installation. 11) The BBU system shall operate in automatic "fail-safe" mode. Should the inverter/charger fail, the system will automatically operate from utility line power and bypass the BBU system. 12) As stated above, in addition to the inverter/charger, the BBU shall be provided with both an external manual bypass switch and either an external automatic transfer switch or external automatic bypass switch. 13) The BBU system with communications software shall be capable of logging a minimum of 100 events. Events shall be date- and time -stamp faults with utility line voltage and battery voltages. At the minimum, the BBU system shall log an event when: a) The utility line voltage falls above or below the upper or lower control limits, b) The BBU system automatically switches to battery power, and c) When self -monitoring BBU system components fail 14) All components of the BBU system shall be rated to operate under temperature extremes of -34 degrees Celsius to +74 degrees Celsius. c. Displays, Controls, Diagnostics and Maintenance 1) The BBU system shall include a front panel display. 2) The BBU system software shall be programmable via RS232, or 10/100 LAN connection, by means of a laptop direct connection, or via Ethernet/IP addressable interface. 3) A 10/100 Ethernet port shall be provided. 4) A RS232 port shall be provided on the inverter/charger. 5) The BBU system software shall be provided for the operational needs of the BBU system. The user/operator shall be able to access all system software via the Ethernet and RS232 ports. The user shall be able to read logged events and change programmable parameters via laptop or local area network via the Ethernet port. 6) System software shall be upgradeable via the RS232 port, or local area network via the Ethernet port. d. Inverter/Charger CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3441 10 - 3l TRAFFIC SIGNALS Page 31 of 51 1 1) The inverter/charger is the unit that provides the voltage regulation; power 2 conditioning of utility line power; convert the DC voltage input into 120 3 VAC output for the traffic signal cabinet to operate; provides emergency 4 backup power upon loss of utility power and provides for temperature 5 compensated battery charging. 6 2) As a minimum the inverter/charger shall be rated for 1400 VA / 1000 watts. 7 Provide a minimum of 3 sets of normally open (NO) and normally closed 8 (NC) single -pole double -throw dry contact relay closures on the front face 9 of the inverter/charger and labeled so as to identify each contact. 10 3) The relay closures shall consist a set of NO/NC contact closures that shall 11 be energized whenever the unit switches to battery power (contact shall be 12 labeled or marked as "On Battery" or equivalent) and a second set of 13 NO/NC contact closures shall be energized whenever the battery 14 approaches approximately 40 percent remaining capacity (contact shall be 15 labeled or marked as "Low battery" or equivalent'), which will determine 16 when the unit will switch from normal operation to flash. 17 4) A third set of NO/NC contact closures shall be energized after a user 18 settable time after the unit switches to battery power. The contact may be 19 labeled "Timer. The remaining relays shall be user definable. 20 5) Operating temperature range for both the inverter/charger and power - 21 transfer relay shall be -34 degrees Celsius to +74 degrees Celsius. 22 6) When battery power is used, the BBU system output voltage shall be 23 between 110VAC and 125VAC, pure sine wave output, < 3 percent THD, 24 60Hz f 3Hz 25 e. Manual Bypass Switch 26 1) The manual bypass switch shall be provided as a separate unit external to 27 the inverter/charger unit. 28 2) The manual bypass switch shall consist of housing, 2 position switch, all 29 components shall be rated at a minimum of 240VAC / 30 amp. 30 3) The manual bypass switch shall be 2 positions and allow the user to switch 31 utility line power directly to the cabinet service panel. 32 4) The switch positions will provide the following functions. 33 5) In the "Bypass" position the inverter is bypassed, utility power is removed 34 from the BBU and passed directly to the signal power panel. 35 6) In the "UPS" position the inverter / switch is powered and the signal 36 circuits are supplied by the output of the inverter. 37 7) When the manual bypass switch is in the "Bypass" position the user may 38 replace the automatic bypass switch (or transfer switch) and the 39 inverter/charger without interrupting power to the intersection. .. 40 8) Provide the manual bypass switch with over current protection (20 Amp 41 circuit breaker). 42 f. Automatic Bypass Switch / Relay 43 1) These requirements are for BBU systems provided with an automatic 44 bypass switch. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3441 10-32 TRAFFIC SIGNALS Page 32 of 51 2) The automatic bypass relay will operate such that the inverter/charger input is supplied with power from the utility line and the cabinet power panel is supplied with power from the output of the inverter/charger. In the event of inverter/charger failure, battery failure, complete battery discharge, or other loss of power from the output of the inverter/charger, the automatic bypass relay shall revert to the NC (de -energized) state, where utility line power is connected to the cabinet service panel. g. Batteries 1) Provide batteries from the same manufacturer/vendor of the BBU system. 2) Individual batteries shall be 24VDC type, and shall be easily replaceable and commonly available for purchase. 3) Batteries shall be sized and rated to operate a 70OW load for 4 hours (normal operation) followed by a 30OW load for 2 hours (flash operation) for a total of 6 hours. 4) Battery configuration shall consist of a quantity of 6 24V batteries arranged in a parallel configuration. Individual batteries shall not weigh more than 26 pounds. 5) Batteries shall be deep -discharge, sealed prismatic lead -calcium based, valve -regulated lead -acid AGM (Absorbed Glass Mat). 6) Batteries shall operate over a temperature range of -34 degrees Celsius to +74 degrees Celsius. 7) Batteries shall indicate maximum recharge data and recharging cycles, and manufacturer defaults on the inverter/charger shall not allow the recharging process to exceed the batteries maximum values. 8) Battery interconnect wiring shall connect to the inverter unit via modular harness with red and black cabling that terminates into heavy duty 50A rated "keyed" finger safe "Anderson" type connectors. a) Harness shall allow batteries to be quickly and easily connected in any order and shall be keyed to ensure proper polarity and circuit configuration. b) A fuse, sized accordingly with system requirements and to protect against currents exceeding each battery current rating shall be provided within 3 inches of the negative and positive leads of each battery. 9) Insulated covers shall be provided at the connection points (post) as to prevent accidental shorting. 10) Batteries shall sit upright inside of the cabinet. h. Battery Monitoring System 1) The BBU system shall use a temperature -compensated battery charging system. 2) The internal temperature sensor shall be used to monitor the temperature and regulate the charge rate of the batteries. 3) Should the temperature sensor fail, the inverter/charger shall not allow the BBU system to overcharge the batteries. The BBU system shall provide an alarm should the temperature sensor fail. 4) Recharge time for the batteries to obtain 80 percent or more of full battery charge capacity shall not exceed 20 hours at 21 degrees Celsius (70 degrees Fahrenheit). 5) Batteries shall not be charged when battery temperature exceeds 50 degrees Celsius t3 degrees. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 AN► 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 3441 10-33 TRAFFIC SIGNALS Page 33 of 51 6) The BBU system shall monitor the batteries within the system and set a fault indicator if battery voltage falls below normal operating voltage. i. System Housing 1) Stand-alone BBUBattery Cabinet. When required for installation by the Drawings a stand-alone cabinet in accordance with the following shall be provided. The stand-alone cabinet shall be designed to attach to a concrete pad. 2) The external cabinet shall be NEMA type 3R all -aluminum with stainless - steel hardware, or approved equivalent. The batteries, inverter, transfer switches, manual bypass and all associated hardware shall be housed in the external cabinet. 3) The external cabinet shall be equipped with proper ventilation, electric fan, and air filter in accordance with TS2 standards. 4) External cabinets will be equipped with a door opening to the entire cabinet. The door shall be provided with the same lock mechanism as required for standard traffic signal cabinet. In addition, a padlock clasp will be provided. Cabinet dimensions shall not exceed 46 inches H x 20 inches W x 10 inches D. j. LED Indicator 1) A blue LED indicator shall be installed either on top of the battery backup cabinet or in a location easily visible from the street to indicate if the battery backup system is running off of battery power. 11. Detector cable a. Detector Loop Wire 1) All detector loop wire shall be #14 AWG, or better if required on the traffic signal layout sheet, stranded, type XHHW 1 conductor cable. b. Detector Lead -In Cable 1) Loop detector lead-in cable shall be a single 4 conductor No. 18 AWQ shielded cable. 2) 1 cable shall service each loop where practical. 12. Multi -conductor cable a. All cable shall be multi -conductor capable of operating at 600 volts maximum, and suitable for use at conductor temperatures not exceeding 75 degrees C (167 degrees F). b. Multi -conductor cable shall be either stranded IIVISA 20-1, #14 AWG, stranded copper wire. c. The copper wire (before insulating) shall meet the requirements of the latest American Society for Testing and Materials (ASTM) standards for uncoated wire. 13. Power lead-in cable a. Power lead-in cable shall be stranded RHW copper wire and suitable for A/C electric service. b. The cable shall be capable of operating at 600 volts maximum and suitable for use at conductor temperatures not exceeding 167 degrees Fahrenheit (75 degrees Celsius). c. Material and construction shall be in accordance with the applicable requirements of IMSA and NEC standards. d. Conductors shall be stranded, anneal coated copper. e. Copper wire before insulating or stranding, shall meet the requirements of the latest edition of ASTM B-033 (for coated wire). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3441 10-34 TRAFFIC SIGNALS Page 34 of 51 1 f. Stranding shall be class B, in accordance with the latest edition of ASTM B-8. 2 g. Insulation shall consist of cross -linked thermosetting polyethylene, meeting the 3 requirements of IMSA and listed by UL as type USE RHW-75C. 4 14. Grounding conductor 5 a. The grounding conductor shall be a #8 AWG solid copper wire. The conductor 6 shall be bonded to all ground rods. 7 15. Ground rod 8 a. Ground rod electrodes shall be copper -bonded steel being at least 5/8 inch (16 9 mm) in diameter. All ground rods shall be a minimum of 8 feet (2.4 M). 10 16. Ground Boxes 11 a. The top surface of the ground box cover shall have a minimum co -efficient of 12 friction of 0.5. 13 b. Boxes shall be stackable for extra height. 14 c. Boxes shall be manufactured from Reinforced Polymer Concrete (RPM) 15 composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. 16 Side walls may be reinforced polymer. 17 d. Enclosures and covers shall be rated for a minimum of 5000 pounds strength over 18 a 10 inches (250 nun) x 10 inches (250 mm) area. All components shall be 19 designed and tested to withstand temperatures as low as -20 degrees Fahrenheit (4 20 degrees Celsius). 21 e. The size and dimensions of the required ground boxes shall be shown in the 22 Drawings. 23 17. Traffic Signal Structures 24 a. Unless specifically required in the Drawings, all traffic signal mast arm poles 25 shall be purchased from the City. 26 b. If the Drawings call for traffic signal structures to be supplied by the 27 Contractor, then the strict compliance with the designs, dimension, strength, 28 and material quality specified in the City's Standard Details and the Drawings 29 shall be exercised to assure structural consistency of all components. 30 c. All pole shafts and mast arms for this Project shall be marked with the 31 identification numbers from the Drawings to facilitate assembly of these items in 32 the field. For Projects with multiple intersections, the pole shafts and mast arms 33 shall be identified by intersection. 34 d. All steel mast arms ranging above 36 feet (11.0 M) to 60 feet (17.8 M) in length 35 shall be provided with aluminum vibration dampers. 36 e. The traffic signal poles and mast arms shall be galvanized in accordance to ASTM 37 A123. Each component must be completely coated in a single dip. No double 38 dipping will be allowed. All miscellaneous hardware shall be galvanized per 39 ASTM A153. 40 f. Powder Coating Option 41 1) After galvanizing, the steel and aluminum products shall be blasted to an 42 SSPC-SP7 commercial blast. 43 2) All galvanized parts shall be pre -baked to ensure all gasses are released 44 from the coating surface prior to powder coating. 45 3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5 46 mils (D.F.T.) and baked in accordance with powder manufacturer's 47 recommendations. 48 4) Top coating is electrostatically applied and oven baked at 400 degrees 49 Fahrenheit and cured for a minimum of 10 minutes. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 ■. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3441 10 - 35 TRAFFIC SIGNALS Page 35 of 51 5) Top coat color shall be black unless otherwise selected by the City. g. High strength galvanized steel bolts 1) The allowable working stresses for A325 bolts shall be given in the AASHTO Streetscape Structure Specifications for Structural Joints using ASTM A3250-N or A490-N bolts. h. Mast arm pole shaft 1) Each traffic signal mast arm pole shall be fabricated from a 1 piece high strength steel sheet, and shall have no more than 2 longitudinal full length high frequency resistance welded joints and no horizontal welded joints except at the base of the pole. 2) Welds shall have a smooth and consistent external surface appearance. 3) All welds shall be performed by an American certified structural steel welder. 4) Traffic signal poles shall have a uniform taper. 5) Poles shall have a minimum of 50,000 PSI yield strength. 6) Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. 7) The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. i. Mast arm 1) Each traffic signal mast arm shall be constructed from a 1 piece high strength, steel sheet with guaranteed minimum yield strength of 50,000 PSI. 2) Arms over 40 feet (12.2 M) may be 2 piece but shall arrive at the Site and City yard as welded 1 piece. 3) The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. 4) Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. 5) Mast arms shall have no more than 2 longitudinal full length high frequency resistance welded joints. 6) Welds shall have a smooth and consistent external surface appearance. 7) All mast arms shall have a uniform taper. j. Luminaire Arm 1) Luminaire arms shall be fabricated in accordance with the Drawings. k. Pedestal Structures 1) Pedestal structures for mounting pedestrian signals or median -mount traffic signals shall be furnished with a transformer base, pole cap, and all necessary hardware for proper installation. Height of pole shall be set in the Drawings, but shall not exceed 15 feet (4.6 M). 1. All other hardware necessary for complete installation of traffic signal structures, i.e., simplex plates, pole caps, transformer bases, anchor bolts, etc. shall be hot dipped galvanized and conform to the design, dimension, and strength requirements of said items as indicated on the Drawings. in. All hardware shall be packed on a per pole basis. 18. Foundations a. All foundations shall be built in accordance with Section 03 30 00 and the requirements stated in the Drawings. 19. Hardware paint CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3441 10 - 36 TRAFFIC SIGNALS Page 36 of 51 1 a. Primer coating shall be Kwal Paint #5810 G-Prime Premium Acrylic Universal 2 Primer or approved equal. This is a 100 percent acrylic primer for all types of 3 surfaces, including galvanized finishes. 4 b. Finish coating 5 1) The flat finish coat shall be Kwal paint #6300 Accupro 100 percent Acrylic 6 Exterior Flat Finish or approved equal. This is a 100 percent acrylic finish 7 that is durable and chalk resistant. 8 2) The semi -gloss finish coat shall be Kwal paint #3910 Accupro 100 percent 9 Acrylic Exterior Semi -Gloss Finish or equal. This is a 100 percent acrylic 10 finish that is durable and chalk resistant. 11 c. Finish coat colors that are permissible within the City include: 12 1) Semi -gloss black 13 2) Flat black 14 3) Pure aluminum 15 4) Peve green 16 5) Rizgah yellow 17 6) Duronic dark bronze 18 7) Brick red 19 8) Bridge green 20 9) Arch brown 21 20. Advanced Warning Flasher Assemblies 22 a. Provide flasher control assembly in accordance with DMS 11160, "Flasher 23 Control Assembly." 24 b. Provide pedestal pole bases in accordance with DMS-11140, "Pedestal Pole 25 Base." 26 c. When shown on Drawings, provide solar powered flasher controller assemblies 27 in accordance with DMS 11150, "Solar Power Flasher Controller Assembly." 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL 30 A. Battery back-up system 31 1. The City reserves the right to do testing on BBU systems to ensure Quality 32 Assurance on unit before installation and random sampling of units being provided 33 to the City. BBU systems that fail will be taken off the City's Qualified Products 34 List. 35 2. The City testing procedures will check compliance with all the criteria of this 36 Specification Section including the following: 37 a. Event logging for fault/alarm conditions 38 b. Demonstrated use of 1 or more of the operating methods described in this 39 Specification. 40 c. Testing of ability to power a 70OW load for 4 hours, transfer to flash mode and 41 power a 30OW load for 2 additional hours, at an ambient temperature of +25 42 degrees Celsius. 43 d. Testing of all components in environmental chamber (temperature ranges from 44 -30 degrees Celsius to +74 degrees Celsius) following NEMA TS2 2003 45 standards, section 2 and Advanced Transportation Controller (ATC) Standard, 46 Version 5.2b, Section 9. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3441 10 - 37 TRAFFIC SIGNALS Page 37 of 51 PART 3 - EXECUTION 2 3.1 EXAMINATION 3 A. Verification of Conditions 4 1. The Contractor shall verify by exploratory excavation, if needed, that existing 5 underground utilities are not in conflict with proposed foundations and conduit w 6 bores. 7 a. All exploratory excavations shall be in accordance with Section 33 05 30. 8 3.2 PREPARATION 9 A. Protection of In -Place Conditions 10 1. The Contractor shall assume full responsibility for the preservation of existing 11 landscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private 12 property at the Site during the installation of the traffic signal. Damaged 13 landscaping, sprinkler systems, and/or other private property shall be replaced 14 within a reasonable time, by the Contractor at his own expense, to the satisfaction 15 of the Inspector. 16 2. No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 17 3. Removal of mail boxes in the way of construction requires 48 hours advance notice to 18 the post office. 19 3.3 INSTALLATION 20 A. Special Techniques 21 1. Electrical Service 22 a. Shall be in accordance to Section 26 05 00. 23 2. Cable 24 a. Cables shall be installed in conduit unless indicated as an "overhead" cable run. ., 25 1) All conduit must be in accordance with Section 26 05 33. 26 2) Conduit must be continuous, reasonably dry, completely free of debris, and 27 without sharp projections, edges, or short bends. 28 b. If required by the Inspector, the Contractor shall demonstrate that the conduit is 29 dry and free of debris by pulling a swab and/or mandrel through the conduit. 30 The conductors shall be installed in a manner so as to ensure against harmful 31 stretching of the conductors or damage to the insulation. 32 c. Installation methods shall conform to the recommendations of the cable 33 manufacturer. 34 d. The Contractor shall furnish, at the request of the Traffic Services Manager or 35 designee a copy of the manufacturer's recommendations, which shall include 36 methods of attaching pull cable, pulling tension per conductor size and per 37 radius of conduit bend, and the type of lubricant to be used. �- 38 e. All cables in a given conduit run shall be pulled at the same time and the 39 conductors shall be assembled to form 1 loop in such a manner that the pulling 40 tension is equally distributed to all the cables. ., 41 f. Long, hard pulls will necessitate the use of pulling eyes. 42 g. For short runs, the cables may be gripped directly by the conductors by forming 43 them into a loop to which the pull wire or rope can be attached. 44 h. The insulation on each conductor shall be removed before the loop is formed. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3441 10 - 38 TRAFFIC SIGNALS Page 38 of 51 i. The method used will depend on the anticipated maximum pulling tension in each case. j. In existing conduit where new cables are to replace existing cables, the exit cables may be used to pull in the new cables. k. At locations where new cables are to be added to existing cable runs, the existing cables shall first be pulled out, the new cables are to be added to the existing cables to form 1 cable pull. 1. Installation and removal shall be done in such a way as to prevent damage to the existing and/or new cables. in. In the event of damage, the Contractor shall bear the responsibility of providing the material and labor for replacement of defective cables at no extra cost to the City. n. All conduit runs shall be measured accurately and precisely for determining cable lengths to be installed. o. A conduit run measurements shall take place in the presence of the Inspector. p. The Inspector shall record all cable measurements and include the distances on an as -built drawing. q. In locations where new cables are to replace existing cables, the Contractor may use the removed cables as a measuring device to determine the lengths of the new cables to be installed. r. However, this does not relieve the Contractor of his responsibility to record accurate measurements of all cable lengths. s. The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. t. If so required by the Inspector, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. u. The cable shall be fed freely off the reel into the conduit without making a reverse curve. v. At the pulling end, the pull wire and cables shall be drawn from the conduit in direct line with the conduit. w. Sheaves or other suitable devices shall be used as required to reduce any hazards to the cable during installation. x. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. 1) Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be 1 of several commercially available wire pulling compounds that are suitable for PVC sheathed cables. 2) They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. y. Cables shall be neatly trained to their destinations. z. The Contractor shall adhere to the cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation. 1) These limits do not apply to conduit bends, sheaves, or other curved surfaces around which these cables may be pulled under tension while being installed. 2) Larger radius bends are required for such conditions. aa. Wire and Cable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 me Oft 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 3441 10 - 39 TRAFFIC SIGNALS Page 39 of 51 1) All wire and cable shall conform to the requirements shown in the Drawings, except wire and cable specifically covered by other Items of this Contract. bb. Controller Cabinet Wiring 1) Wiring for the controller cabinet shall consist of connecting (1) signal wires, (2) loop detector wires, (3) power wires, (4) ground wires, and (5) pedestrian push button wires to their respective terminals in the cabinet. 2) In the controller cabinet, stranded signal conductors from the field shall be stripped back and a solderless terminal connector (spade lug) shall be attached by means of a crimping tool. 3) These terminal Connectors shall be inserted under the binder head screw and tightened securely. 4) Other wiring for the controller shall be completed as shown on the wiring diagrams and in the instructions furnished with the controller by the manufacturer. 5) All field wiring in cabinets shall be neatly installed. Incoming cables shall be trained to their destination and neatly laced together. a) All spare wires shall be trimmed and neatly coiled with the ends taped. b) Detector lead-in cables shall have their insulation jackets removed from their terminal strip connection to the bottom of the cabinet. 6) Pedestrian push buttons shall have a ground wire that is completely isolated and independent from all other ground wires. a) This wire shall be connected to the designated terminal in the controller cabinet. b) A pedestrian isolation board shall be in place. cc. Signal Head Wiring 1) Conductors shall run as follows: a) An unbroken 20-conductor cable and 1 bare #8 shall run from the controller cabinet to each pole pier. b) An unbroken 7 conductor, #16 AWG (or larger) cable shall run from the signal pole base to each 5-section, 4-section signal head, or the 3- section head located at the end of mast arm; and an unbroken 5 conductor, #16 AWG cable to each other 3-section or pedestrian signal head. 2 signal conductors, #16 AWG (or larger) shall run to each pedestrian push button. c) Each cable shall be identified as referenced on the pole wiring detail sheet provided in the Drawings with permanent marking labels (panduit type PLM standard single marker tie, Thomas and Betts type 548M or equivalent) at each ground box, pole base and controller. dd. Luminaire Wiring 1) 2 #8 cables shall run from service disconnect in parallel around the intersection as on the Drawings. 2) Luminaire wiring connection may be made in the nearest ground box to the traffic signal pole; such connection shall be placed in a water tight seal. a) If more than 3 wires are splice together in the traffic signal cabinet then a Kearney connector (or approved equal) shall be used as required. 3) Run 2 #12 cables from terminal panel in signal pole to luminaire. ee. Terminals CITY OF FORT WORTH West Beery Streetscape Improvements Ift STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 3441 10-40 TRAFFIC SIGNALS Page 40 of 51 1) The ends of all stranded wires from the controller cabinet and from the signal heads shall be twisted at least 3 turns and wire nut applied in the base of the signal structure. ff. Splices 1) Splices are strictly prohibited inside conduit runs. a) Detector cables shall not be spliced at any point except where transitioning from # 14 XHHW loop detector cable to lead-in cable. b) Signal cables are to be spliced only at locations that are specified in the Drawings. c) Splicing signal cable in pull boxes shall not be permitted. 2) Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. a) All materials used shall be of high quality and specifically intended for this purpose. 3) Cables shall be trained to their final position and cut to proper lengths. 4) The cable's jacket and insulation shall be removed as required. 5) Use proper care to insure against nicking the conductors. 6) The connection shall be installed tightly and all burrs, rough edges, etc. shall be removed. 7) If wire nuts are used to secure the connection, then only "Scotchlock" brand connectors shall be utilized. 8) No more than 4 wires shall be spliced together using "Scotchlock" connectors and the wire shall be twisted. a) If more than 4 wires are connected, then a Kearney connector or mechanical clamp shall be used. b) All splices involving grounding conductors shall be made by twisting the cables together, avolving solder then wrapping the connection with green electrical tape. 9) Heating the connection with a direct flame will not be permitted for cable eauee less than #14. 10) Care shall be used to protect the insulation when soldering. a) The entire surface shall be cleaned taking special care in cleaning the outside jacket in order to remove the wax finish. b) Then approved thermo-setting materials shall be used to provide a water tight seal. 11) The Inspector shall select at random at least 5 splices to be thoroughly inspected. a) The Contractor shall, in the presence of the Inspector, sectionalize each selected splice to expose the various layers of materials and the connector. b) These splices shall be thoroughly checked for compliance to these special provisions. c) Each splice shall then be remade by the Contractor. This Work shall not require extra payment, but is considered subsidiary to other items in the Contract. d) All of the splices selected for this inspection shall conform to the requirements of these special provisions. e) If any splices fail to meet these requirements, then 10 more splices shall be selected at random by the Inspector for examination. gg. Identification of Signal Wires and Cables CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3441 10-41 TRAFFIC SIGNALS Page 41 of 51 1 1) IMSA color coded signal cable shall be used for all signal systems. 2 a) Colors shall be continuous from the point of origin to the point of 3 termination. 4 2) Each signal cable, detector lead-in cable and communication cable shall be 5 designated with permanent marking labels or (panduit type PLM, Thomas 6 and Betta type 548M standard single marker type or equivalent) and color 7 coded tape at each pull box and in the controller cabinet. 8 3. Grounding 9 a. Properly install and connect a ground rod for each controller cabinet, power 10 drop and signal pole pier to reduce any extraneous voltage to a safe level. - 11 b. The ground rod shall be located so as to minimize the length of the grounding- 12 conductor run. 13 c. For pole mounted cabinets a grounding rod and grounding conductor shall be _ 14 installed at the nearest foundation or ground box. 15 d. All grounding circuits shall be substantial and permanent and shall be 16 electrically continuous with an ohms -to -ground resistance not to exceed 10 17 ohms when tested by volt -ohm -meter. } 18 e. LIFER grounding shall be used for illumination poles. 19 f. Grounding Connectors and Electrodes 20 1) When the location precludes driving a single ground rod to a depth of 8 feet 21 (2.4 m), or when a multiple ground rod matrix is used to obtain the required 22 resistance to ground, ground rods shall be spaced at least 6 feet apart and 23 bonded by a minimum No. 6 AWG copper wire. -- 24 2) Connection of grounding circuits to grounding electrodes shall be by devices 25 which will ensure a positive, fail-safe grip between the conductor and the 26 electrode (such as lugs or pressure connectors). 27 a) No splice joint will be permitted in the grounding conductor. 28 3) Each grounding rod shall be driven into the ground to a depth sufficient to 29 provide the required resistance (10 ohms) between electrodes and ground. 30 4. Vehicle detector loop 31 a. Detector lead-in cables shall be identified as shown on the Drawings (phase 1, 32 etc.) with permanent marking labels (panduit type PLM, Thomas and Betts type 33 548M standard single marker tie or equivalent) at each ground box, pole base, 34 and controller. 35 b. Complete all Work related to the installation of a particular detector loop, with the 36 exception of the layout task, in the same Work Day. Install loops during off-peak 37 traffic hours. Loop installation shall not be made during any type of precipitation. 38 c. Installation of detector loops shall be in accordance with the Drawings. Lead-in 39 saw cuts from the street to the pull box shall maintain a maximum separation from 40 other loops of 12 inches (500 mm) and a minimum separation of 6 inches (150 41 mm) from other lead-in saw cuts. The saw cut depth, as specified in the Drawings 42 shall be consistent, including the entry point into the curb. The maximum number 43 of wires placed in a single saw slot shall be 4 wires. Each lead-in shall enter the 44 curb through a separate hole. 45 d. 3M Loop sealant or approved equal shall be used to seal all loop wire within the 46 roadway. 47 e. Detector lead-in cables shall be run continuously without splices from the curbside 48 ground box to the controller. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3441 10 - 42 TRAFFIC SIGNALS Page 42 of 51 f. If splices must be made, they shall be solder connected and the splice connection shall be insulated and waterproofed with 3M DBR-6 Direct Bury Splice Kits or approved equal. g. Splices at the curbside pull boxes shall be made in the same manner (see Part 3.3.6). h. Splices in detector cables must be pre -approved by the Inspector in writing. i. In all cases where detector loop lead-ins pass from pavement through a curb to an existing ground box for a splice point, conduit shall be installed from the curb entry point up into the ground box. j. A minimum 1 inch diameter conduit shall be provided from the curb entry point to the ground box for each loop. k. All loop wire from the loop in the street to the ground box shall be tightly twisted a minimum of 5 times per foot (16 times per meter) as it is placed in the lead-in saw cut. 5. Concrete foundations for traffic signal structures a. All foundations shall be staked by the Contractor and approved by the Inspector prior to excavation. 1) While staking the pole locations, the Contractor, along with the Inspector, shall be cognizant of pedestrian needs by verifying the location of the push buttons and the pedestrian heads. b. Concrete foundations for signal structures shall be located so that the closest face is a minimum of 3 feet (900 mm) from the face of the nearest vertical curb. 1) Before excavating foundations probe to determine the location of utilities and structures. 2) Foundations shall be paid for once, regardless of extra work caused by obstructions. 3) Furnish all supplementary items necessary for proper foundation installation. c. Excavation for all foundations shall be done in accordance with lines and depths indicated on the Drawings. 1) All loose material shall be removed from the excavation before concrete is placed. 2) Any water shall be removed by pumping or bailing. 3) The use of explosives will not be permitted. d. Foundations shall be constructed to the dimensions shown on the Drawings. 1) The Contractor is required to make certain that the top of the finished foundation is level and formed. 2) Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. e. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats or other appropriate form of curing, for not less than 96 hours. f. All bracing and templates for anchor bolts shall remain in place for 96 hours after the concrete is poured. 1) During that time, the anchor bolts and conduit shall not be subjected to any applied strain. g. Backfill shall be tamped with mechanical tamps in 6 inches (150 min) layers to the density of the surrounding ground. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 Alk r 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3441 10 - 43 TRAFFIC SIGNALS Page 43 of 51 1) Where excavation is made in the roadway shoulder, the shoulder shall be replaced with material equal to the original composition. h. All excavated material, not required for backfill, shall be promptly removed and disposed of by the Contractor, outside the limits of the Project. 1) The Work Site shall be kept clean and neat at all times. i. No concrete shall be placed when the atmospheric temperature drops below 40 degrees Fahrenheit (4.4 degrees Celsius) (temperature reading taken in the shade away from artificial heat) unless permission to do so is given by the Inspector. 1) Refer to Section 03 30 00. j. The City shall supply to the Contractor the controller cabinet anchor bolts and specific cabinet templates. 1) The cabinet door shall generally open away from the intersection. k. Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb that the pole is intended to serve. 1. Tubing used to form pole foundations shall not be visible and all exposed concrete shall be finished with vinyl concrete patch mix to provide a smooth quality finish with all voids filled and no aggregate exposed. in. The cost of the Work shall be included in the unit bid price for this item. 6. Traffic signal structures a. The Contractor shall install all traffic signal structures in accordance with the Drawings. 1) Deviation from the Drawings because of physical obstructions, such as overhead utilities or in appropriate mast arm length to fit a relocated foundation, shall be worked out with the Inspector and approved prior to installation. b. Poles shall have nuts on top and bottom of the pole base plate. 1) Anchor bolts for mast arm signal poles shall be set so that 2 are in tension and 2 are in compression. c. The traffic signal pole heights and mast arm lengths shown on the Drawings and in the material summary are to be used for bidding purposes only. d. Prior to fabrication, the Contractor, in cooperation with the Inspector, shall make field measurements to determine the actual pole height necessary to ensure a vertical clearance of 17 feet (5.2M) minimum, and 19 feet (5.8M) maximum from the roadway surface to the bottom of the lowest point on the signal head assembly or mast arm and to determine the mast arm lengths required to mount the traffic signal heads over the traffic lanes. 1) The masts arms shall be straight and level in the area where the signal heads are attached. 2) These field measurements and evaluations shall be determined from the actual field location of the pole foundations, considering all above and below ground utilities and the existing roadway elevations and lane widths. e. Transformer bases for pedestal poles shall be leveled and tightly secured to the foundation before the structure is placed on the base. 1) If shims are required for leveling, total shim height shall not exceed 1/2 inches (127 mm). 2) Foundation anchor bolts shall extend a minimum of 1 inch (25.4 mm) through each nut in the base. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 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 3441 10 - 44 TRAFFIC SIGNALS Page 44 of 51 f. Except as modified herein, erection of traffic signal structures shall be in accordance with the applicable Specifications and standards of the AISC Manual of Steel Construction. 1) Erecting equipment shall be suitable for the Work and shall be in proper working condition. 2) Where parts cannot be assembled or fitted properly as a result of errors in fabrication or deformation due to handling or transportation shall be reported immediately to the Inspector. 3) Straightening of plates and angles or other shapes shall be done by approval of the manufacturer. 4) No corrections will be allowed that will void the manufacturer's warranty. 5) A letter from the manufacturer approving the corrections shall be required or the material may be rejected by the Inspector. g. The steel structure frame shall be lifted as shown in the manufacturer's specifications and all match marking shall be followed. 1) Temporary bracing shall be used wherever necessary to support all loads to which the structure may be subjected, including equipment, operation, and material loading. 2) Such bracing shall be left in place as long as may be required for safety. 3) The various members, after being assembled, shall be aligned and adjusted accurately before being fastened. 4) Fastening of splices on compression members shall be done after the abutting surfaces have been brought completely into contact. 5) No welding or bolting shall be done until the structures have been properly aligned. h. Bearing surfaces and surfaces which will be in permanent contact with each other shall be cleaned before the members are assembled. 1) Bearing plates shall be set in exact position and shall have a full and even bearing upon the concrete. 2) As erection progresses, the Work shall be bolted to take care of all dead load, wind and erection stresses. 3) All erection bolts used in welded construction may be tightened securely and left in place. 4) If removed, the holes shall be filled with plug welds. i. Field bolting shall be in accordance with the requirements specified for shop fabrication. I ) Untrue holes shall be corrected by reaming. 2) Where the surface of a bolted part has a slope of more than 1:20, a beveled washer shall be used to compensate for the lack of parallelism. 3) Bolt heads and nuts shall be drawn tight against the Work with a suitable wrench not less than 15 inches long. 4) Bolt heads shall be tapped with a hammer while the nut is being tightened. j. Field Painting of Structures 1) Surfaces where the shop coat of paint has been damaged shall be retouched after installation. a) The cleaning, pretreatment, and priming of welds and the areas adjacent thereto shall be done promptly after the acceptance of the weld. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 AM 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 3441 10 - 45 TRAFFIC SIGNALS Page 45 of 51 b) Care shall be taken to properly mask signals heads, signs, pedestrian pushbuttons and their mounting hardware to keep paint from splashing onto these components. c) Masking shall be removed after completion of the painting process. d) A sufficient number of paint coatings shall be applied to each structure to result in a uniform finish once completed. e) All structures shall be air blasted using high pressure air to remove peeled paint and dust prior to application of new paint. k. Bolted parts shall fit solidly together when assembled and shall not be separated by gaskets or any other interposed compressible material. 1) When assembled, all joint surfaces, including those adjacent to the bolt heads, nuts, or washers, shall be free of scale, except tight mill scale, and shall also be free of burrs, dirt, and other foreign material that would prevent solid seating of the parts. 2) Each fastener shall be tightened to at least the minimum bolt tension as recommended by the pole manufacturer using ASTM A325 or A490 bolts for the size of fastener used. 3) Threaded bolts shall be tightened with properly calibrated wrenches or by the "turn -of -nut" method. 4) Bolts may be installed without hardened washers when tightening takes place by the "turn -of -bolt" method. Any bolt tightened by the calibrated wrench method (or by torque control) shall have a hardened washer under the element (nut or bolt head) turned in to a point not closer than 7/8 of the bolt diameter from the center of the washer. 1. Grouting 1) The Contractor shall perform all Work required to complete the grout work associated with installing the signal structure and furnish all supplementary items necessary for its proper installation. In. Where signal poles and/or mast arms exist on raised foundations that are to be removed and installed on new foundations, the Contractor shall store these poles, mast arms, street lights, and wiring until they can be installed on their new foundations. 7. Signal heads, countdown pedestrian heads and pedestrian push buttons a. Assemble all signal head units as specified in the Drawings or as directed by the Inspector. 1) Signal and pedestrian heads shall be securely tightened immediately after signal head assembly has been installed. 2) If any signal head assembly is found to be loose or asymmetrical in any manner, the Contractor shall be required to remove and rebuild the signal head assembly to the satisfaction of the Inspector. b. The Contractor shall mount signal heads level and plumb. 1) The Contractor shall position and secure the signal heads so they are visible as stipulated, in Section 4E.05 of the 2009 MLJTCD. c. The Contractor shall connect the wiring from the pole base up the terminal block in the mounting hardware and likewise connect the appropriate wire from the signal head to the terminal block. 1) All connection screws shall be tight and snug. d. All signal heads or parts of heads not in operation shall be covered with burlap or fabric material until placed into operation. CITY OF FORT WORTH West Berry Streetscape Improvements r STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3441 10-46 TRAFFIC SIGNALS Page 46 of 51 1) When the signal heads become operational, all existing heads no longer required shall be removed immediately. e. Pedestrian head assemblies installed such that the wiring to each head shall pass from the mast arm through the signal head bracing or attachment hardware to the signal head. 1) No exposed cable or wiring will be permitted. 8. Controller cabinet preparation a. Each controller cabinet shall be modified for use at a specific intersection in accordance with the instructions included in the Drawings. 1) Each cabinet shall be prepared and tested for on -the -street use by the Traffic Services Division of Transportation and Public Works Department prior to field installation of the cabinet. b. Connect all field wiring to the controller -cabinet assembly. 1) The City will assist in determining how the detector loop lead-in cables are to be connected in the cabinet. 2) The City will program the controller, the conflict monitor, detector units, and other equipment in the controller cabinet and turn on the traffic signals. c. All wiring modifications made in conjunction with preparing the cabinet for use at a specific intersection shall be documented on the cabinet prints for that intersection. 9. Radar detection system a. Radar detector units shall be installed as shown on the Drawings. b. The Contractor shall provide a technician to assist with adjusting and aiming the detector unit at the time of traffic signal tum-on, in order to comply with Engineer's desired detection areas as shown on the Drawings. 10. Video imaging vehicle detection system (VIVDS) a. Install the video cameras in accordance with the manufacturer's recommendations in order to achieve the detection areas as shown on the Drawings. b. The camera mounts shall be neat and plumb. c. The detector unit outputs shall be programmed by a manufacturer representative at the time of signal turn -on in accordance with the detector table shown on the Drawings. d. Video detection camera cables shall be installed in the conduit system at the same time as the other signal cables. 11. Emergency vehicle preemption system a. Emergency vehicle preemption system equipment required in the Drawings will be supplied by the City. b. Where practical, emergency vehicle preemption receiver units shall be mounted to a rigid metal arm supplied by the City and banded to the mast arm pole upright on the intersection corner designated on the Drawings. c. The Inspector shall determine if the roadway sight line permits this type of emergency vehicle preemption installation. d. The emergency vehicle preemption receiver units shall be mounted on the mast arms for the intersection approaches as designated on the Drawings. e. Use stainless steel for all external screws, nuts, and locking washers; do not use any self -tapping screws unless approved by the Engineer or City. f. All equipment shall be installed and wired in a neat and orderly manner in conformance with the manufacturers' instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 on AM 4M 4W an PM N" Pft 3441 10 - 47 TRAFFIC SIGNALS Page 47 of 51 1 g. Emergency Preemption Detector Cables shall be installed continuous with no 2 splices between the Emergency Preemption Detector and the cabinet. 3 h. All connections from the Emergency Preemption Phase Selector to the cabinet 4 wiring shall be made at the termination panel. The termination panel shall have 5 AC+ Lights, AC-, and a switched logic ground. The switched logic ground 6 feeds all the pre-empt inputs to the Emergency Preemption Phase Selector. 7 When switched off by the pre-emption disconnect switch, the traffic controller 8 shall not be affected by pre-empt calls from the optical pre-emption system. A 9 minimum of two test buttons shall be provided. If there are more than two pre- 10 empt runs, a button for each shall be installed. A chart or print out, indicating 11 the program steps and settings shall be provided along with the revised cabinet 12 wiring diagrams. 13 i. 14 12. Mast arm and pole mounted signs 15 a. The Contractor shall furnish, install and relocate existing signs as shown in the 16 Drawings. 17 b. Mast -arm signs shall be mounted with astro-sign brac or signfix aluminum 18 channel or equal as approved by the Engineer. 19 c. Metro street name signs shall be mounted level with the ground as shown on 20 the City's Standard Details. 21 13. Vibration dampers 22 a. Dampers shall be installed using Astro Sign Brac or Signfix Aluminum 23 Channel or equal. 24 14. Hardware Paint 25 a. Requirements for poles and railings 26 1) Cleaning 27 a) The entire surface shall be cleaned free of dirt, grime and oils before 28 applying the,primer coat. 29 b) Use vinegar wash applied with a sponge or cloth over the entire 30 surface. 31 2) Sanding 32 a) Spot sanding may be required in order to remove flaking paint and to 33 provide a smooth surface. 34 3) Priming 35 a) Primer coat shall be applied with a brush or roller. 36 b) The entire surface shall be covered, even over existing painted or 37 galvanized surfaces. 38 c) Spraying is not permissible. 39 4) Finish coat 40 a) Finish coat shall be applied with a brush or roller. 41 b) The entire surface shall be covered, even over existing painted or 42 galvanized surfaces. 43 c) Spraying is not permissible. 44 5) Parking meter housings, luminaire heads, signal heads, photo control eyes, 45 pedestrian push buttons and sign faces shall be protected for paint splash. 46 6) Controller cabinets and circuit boxes mounted to poles shall be painted to 47 match the color of the pole. 48 7) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry 49 conditions. CITY OF FORT WORTH West Berry Streetscape Improvements MdFA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3441 10-48 TRAFFIC SIGNALS Page 48 of 51 b. Requirements for traffic signal heads 1) Traffic signal heads shall be brush painted. 2) Traffic signal heads should be cleaned by wiping it with a damp sponge or rag to remove all the dust and dirt. 3) Lens and back plate should be masked off. 4) The outside of the traffic signal head should be painted traffic yellow (RAL 1023) and the inside of the lens visors should be painted flat black. 5) The outside of pedestrian signal head should be painted traffic yellow (RAL 1023). 6) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry conditions. 15. Advanced Warning Flasher Assemblies a. Install in locations as shown in Drawings. b. Stake the pole location for approval by City or Engineer. c. Install pole, breakaway base, connectors, wiring, signal beacons, sign and foundation as shown on the Drawings or as directed. d. Install the flasher control assembly on the electrical service pole. e. Install watertight breakaway electrical fuse holders in all line and neutral conductors at breakaway base. f. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. g. Consult with the appropriate utility company prior to beginning such work. 16. Temporary Traffic Signals a. Maintain and operate the temporary traffic signals for the duration of the contract, b. Set signal timing as shown on the Drawings or as directed. c. Designate in writing a sufficiently skilled individual responsible for maintenance and operation of the temporary traffic signals who is available within a reasonable time, 24 hr. each day, unless otherwise shown in the Drawings. d. Provide back up power, when shown on the Drawings, for each location at all times. 33 3.4 FIELD QUALITY CONTROL 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Field Tests and Inspections 1. Initial testing of all materials, construction items, or products incorporated in the Work will be performed at the direction of the City. a. Embankment construction shall conform to 3124 00. b. All backfill of structures shall conform to 33 05 10. c. Excavation shall conform to 31 23 16. 2. The failure to require tests of materials by the Inspector shall in no way relieves the Contractor of his responsibility of furnishing materials conforming to these Specifications. 3. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the ASTM or other approved test methods. a. The Contractor shall provide such facilities, as the Inspector may require, for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 rt o. 2 3 4 5 6 7 8 9 10 11 12 13 s 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 r 45 46 3441 10 - 49 TRAFFIC SIGNALS Page 49 of 51 b. The Contractor shall furnish adequate samples without charge. 4. Vehicle detector loops a. Prior to termination of the loop lead-in in the controller cabinet an installation test shall be made by applying not less than 500 volts DC to the completed detector loop. 1) A minimum resistance of 1 megohm shall be obtained by use of a meter. b. After the above tests are completed and the lead-in cable has been terminated in the cabinet, the Contractor shall assist the Inspector in determining the loop inductance of each loop detector. 1) A detector loop analyzer shall be used to determine the total inductance of the loop in the pavement and its associated lead-in cable as well as to determine the percentage shift in loop inductance for various size vehicles that actuate the detector. 5. Signal cables a. The Traffic Services Manager or designee may require that all cables shall be checked for insulation resistance upon installation and prior to termination. The tests shall be made with a test set operating at a minimum of 500 volts DC applied to the conductors. b. Each conductor in the multi -conductor signal cables shall be tested for insulation resistance relative to each other and to the outer covering of the cable. The minimum acceptance value for insulation resistance shall be 1 megohm. 6. Controller cabinets a. If the controller cabinet is to be supplied by the Contractor for this Project, the cabinet shall be tested at a facility located within the Dallas/Fort Worth area. b. The Contractor shall notify the Inspector or his representative a minimum of 3 Working Days prior to beginning the test period of his intent to test a cabinet or group of cabinets. c. At this point, the City may schedule an inspection team and notify the Contractor of the earliest date and time the team can visit. d. Each cabinet shall be tested with a controller unit for a minimum of 24 continuous hours. 1) The cabinet test will include conflict monitor functions, detector unit function and load switch operation for conformance with cabinet hardware specifications, etc. 2) The cabinet must successfully pass all items otherwise the test is restarted for another 24 hour period. B. Non -Conforming Work 1. In the event that a material, construction item, product incorporated in the Work, embankment, backfill, excavation or any other item tested, fails to satisfy the minimum requirements of the initial test described above, appropriate prove -out tests shall be made as directed by the Inspector to determine the extent of the failure and to verify that corrective measures have brought the Item up to Specification requirements. a. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. CITY OF FORT WORTH West Berry Streetscape Improvements w STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3441 10 - 50 TRAFFIC SIGNALS Page 50 of 51 1 3.5 SYSTEM STARTUP 2 A. The Contractor shall coordinate with the Inspector to have a qualified technician on the 3 Site when the traffic signal is placed into operation. 4 B. During the 30 day test period, the City shall be the first respond to any trouble calls. If the 5 City determines that the repairs are the result of poor workmanship, the Contractor shall 6 complete the repairs. 7 C. The Contractor shall provide a local telephone number (not subject to frequent changes) 8 where trouble calls are to be received on a 24-hour basis. 9 D. The Contractor's response time to reported calls shall be within a reasonable travel time, 10 but not more than 2 hours maximum. 11 E. Appropriate repairs shall be made within 24 hours. 12 1. If, after further diagnosing the problem, the qualified technician determines the 13 problem is in the equipment supplied by others, the Contractor shall notify the 14 Inspector. 15 F. No extra compensation will be allowed for fulfilling the requirements stated above. 16 3.6 ADJUSTING [NOT USED] 17 3.7 CLOSEOUT ACTIVITIES 18 A. Prior to final acceptance by the City, the Contractor is responsible for removal, 19 replacement and reinstallation of any damaged material at the Contractor's expense. 20 B. Whenever the Work provided for and contemplated under the Contract has been found by 21 the Inspector to be completed to his / her satisfaction on any individual signalized 22 intersection, or interconnected system of signalized intersections, as shown in the 23 Drawings, final cleaning up of said signalized intersection has been performed and the 24 traffic signal equipment supplied by the or has operated continuously for a minimum of 30 25 days in a satisfactory manner, the Contractor will be released from further maintenance on 26 that particular intersection. 27 1. Such partial acceptance will be made in writing and shall in no way void or alter 28 any terms of the Contract. 29 2. If equipment fails, a new 30-day test period will start when the equipment has been 30 repaired or replaced. 31 3.8 PROTECTION 32 A. Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, 33 etc., and repair any damages. 34 B. Provide access to all driveways during construction. 35 C. Protect all underground and overhead utilities, including sprinkler systems, and repair any 36 damages. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3441 10 - 51 TRAFFIC SIGNALS Page 51 of 51 1 3.9 MAINTENANCE 2 A. While performing Work under this Contract, the Contractor bears the sole risk of loss 3 for damages to or destruction of any traffic signal equipment or appurtenances, on 4 equipment that was not to be replaced or installed under this Contract, but which was 5 damaged or destroyed through the fault or negligent acts of the Contractor. 6 B. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to 7 the City, regardless of whether or not the damaged or destroyed equipment, etc., was a 8 part of this Contract or any warranties under this Contract. 9 C. The Contractor's responsibility shall cease under this paragraph upon written acceptance 10 of an intersection by the City. 11 D. The Contractor's responsibility for full operation and maintenance of all traffic signal 12 equipment shall begin when he starts any type of Work which effects active intersection 13 control at the first intersection and shall extend through the period of final Project 14 acceptance of each intersection. 15 E. This maintenance responsibility includes existing controllers/masters, existing interconnect 16 and cabling systems, existing signal indications, existing vehicle detectors, new 17 controllers/masters, new signal hardware, new cabling systems, and other hardware 18 elements which are considered part of either the existing or the new traffic signal system. 19 F. It is recognized that the City may continue to make a fast response to any trouble call. 20 Action on such response will, however, be limited to placing the intersection on flash, 21 replacing load switches or detector amplifiers, erecting temporary control devices, 22 requesting immediate traffic control by uniformed police officer, or other such action 23 deemed necessary to provide a safe operation. 24 1. Such action will in no way relieve the Contractor of his operation and maintenance 25 responsibility. 26 G. The Contractor shall be required to notify the Inspector or Traffic Services Division at least 27 24 hours in advance of any planned controlled change -outs or any other operational 28 procedures. 29 30 END OF SECTION 31 Revision Log DATE NAME SUMMARY OF CHANGE 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape lmprovements City Project No. 00407 ma an aft i i Mt i .d`. 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 3441 13-1 REMOVING TRAFFIC SIGNALS Pagel of 4 SECTION 34 41 13 REMOVING TRAFFIC SIGNALS 1.1 SUMMARY A. Section Includes: 1. The removal and salvaging of traffic signal equipment B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each Traffic Signal Intersection removed and salvaged. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the price bid for per each "Salvage Traffic Signal' performed. 3. The price bid shall include: a. Removing and salvaging Traffic Signals and appurtenances b. Returning all Traffic Signals, appurtenances and equipment as specified c. Signal heads d. Poles e. Mast arms f. Ground boxes g. Conduit h. Cable i. Signs j. Electrical services k. Amplifiers 1. Controllers in. Excavation n. Hauling o. Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination CITY OF FORT WORTH West Berry Streetscape Improvements am STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3441 13 - 2 REMOVING TRAFFIC SIGNALS Page 2 of 4 1 1. Coordinate with Inspector 48 hours in advance of removals. 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 MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING 8 A. Delivery and Acceptance Requirements 9 1. All salvage materials will be delivered by the Contractor to the City at a location 10 designated by the Inspector. 11 2. The Inspector, assisted by authorized representatives, will serve as the receiving 12 agent for salvage material. 13 B. Storage and Handling Requirements 14 1. The Contractor will ship and handle all salvage material (heads, poles, cabinets, 15 cable, signs, amplifiers, etc.) in a manner so as to prevent damage to these items. 16 Signal heads will be removed from poles prior to shipping. 17 2. All cables must be secured in controller cabinets to prevent damage during 18 shipment and handling. 19 3. All screws will be tightened into their respective slots to prevent loss during 20 shipping. 21 4. The controller and all supplemental control equipment (conflict monitors, detector 22 amplifiers, load switches, etc.) will be removed from the cabinet prior to cabinet 23 removal and given to the Inspector at the time of the signal turn -on. 24 5. The Inspector will identify existing damage to salvageable material and mark 25 damaged items in the field before they are delivered to the City yard. 26 a. If damage to material is the fault of the Contractor, the Contractor will have 3 27 Working Days to make repairs or supply like items, at the Contractor's 28 expense, for damaged items. 29 b. If the Contractor fails to repair or replace damaged items in said time, the City 30 may charge the Contractor for the assessed value as determined by the Traffic 31 Services Manager or designee. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION 36 3.1 REMOVALS 37 A. Special Techniques CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3441 13 - 3 REMOVING TRAFFIC SIGNALS Page 3 of 4 1. Curbs and sidewalks a. Secure permission from the Inspector before cutting into or removing any walks or curbs which might be required during construction. b. Where possible, dig under sidewalks. 1) If the Contractor chooses to remove or cut the sidewalk, the concrete must be sawed and broken out and then restored to an equal or better condition than the original. 2. Foundations a. All foundations subject to removal (as indicated on the Drawings) shall be razed to a level at least 2 feet below the ground surface. b. If the foundation subject to removal is located within a sidewalk, the foundation shall be removed to a depth equal to or greater than the thickness of the walkway. c. Once the foundation is removed, the ground surface shall be restored to surrounding conditions. 3. Ground Boxes a. The hole remaining from ground box removal shall be filled and the ground surface shall be restored to surrounding conditions. b. Any conduit elbows found within the ground box to be removed shall be cut back to a minimum of 12 inches below the natural ground surface. 4. Signs a. The existing stop sign panels, or any grounded mounted signs, as shown on the Drawings, will be removed after the traffic signals are placed in flash and before the signal is turned to full colors by City forces. 3.2 REPAIR / RESTORATION [NOT USED] 3.3 RE -INSTALLATION [NOT USED] 3.4 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.5 SYSTEM STARTUP [NOT USED] 3.6 ADJUSTING [NOT USED] 3.7 CLEANING [NOT USED] 3.8 CLOSEOUT ACTIVITIES [NOT USED] 3.9 PROTECTION [NOT USED] 3.10 MAINTENANCE [NOT USED] 3.11 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE I NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3441 13 - 4 REMOVING TRAFFIC SIGNALS Page 4 of 4 CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 34 41 20 - 1 ROADWAY ILLUMINATION ASSEMBLIES Page 1 of 12 I SECTION 34 4120 2 ROADWAY ILLUMINATION ASSEMBLIES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Roadway illumination assemblies 7 2. Roadway illumination foundations 8 3. Removal of roadway illumination assemblies 9 4. Relocation of roadway illumination assemblies 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 03 30 00 — Cast -in -Place Concrete 16 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 5. Section 33 05 30 — Exploratory Excavation for Existing Utilities 18 6. Section 34 41 10 — Traffic Signals 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Roadway Illumination Assemblies 22 a. Measurement 23 1) Measurement for this Item shall be per each Roadway Illumination 24 Assembly installed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Rdwy Illum Assmbly" 28 installed for: 29 a) Various types 30 c. The price bid shall include: 31 1) Furnishing Roadway Illumination Assembly, if required 32 2) Assembling and installing each Roadway Illumination Assembly 33 3) Poles 34 4) Arms 35 5) Anchor bolts 36 6) Fixtures 37 7) Internal electrical conductors 38 8) Connection and mounting hardware 39 9) Bases 40 10) Lamps CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 34 41 20 - 2 ROADWAY ILLUMINATION ASSEMBLIES Page 2 of 12 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Ornamental Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Ornamental Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ornamental Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 3. Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to Illumination Assembly installation. 2) Payment a) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Rdwy Illum Assmbly" or "Ornamental Assmbly" bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Betty Streetscape lmnprovements City Project No. 00407 i OM AW i i i MN M M 4M 1 2 3 4 5 6 7 8 9 10 I? 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 344120-3 ROADWAY ILLUMINATION ASSEMBLIES Page 3 of 12 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Lighting Fixture" installed for: (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a. Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished and installed. b. Payment CITY OF FORT WORTH West Berry Streetscape Improvements �. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 34 41 20 - 4 ROADWAY ILLUMINATION ASSEMBLIES Page 4 of 12 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 40' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item shall be per each 8' Wood Light Pole Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and installing each 8' Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. 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 "Alum Elec Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Reconnect Conductor". c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Salvage Street Light Pole" performed. c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 „w Ift i L, L3 dM p. i PM 344120-5 ROADWAY ILLUMINATION ASSEMBLIES Page 5 of 12 1 1) Removal and salvage of Street Light Pole 2 2) Maintain existing street light circuit including new ground box and 3 reconnection of circuits (if required by City) 4 3) Removal of existing street light pole foundation 2' below grade, back fill 5 with like surrounding material 6 4) Delivery of salvaged materials to appropriate location 7 5) Clean-up 8 11. Street Light Pole Relocation 9 a. Measurement 10 1) Measurement for this Item shall be per each Street Light Pole removed and 11 salvaged. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 shall be paid for at the unit price bid per each "Relocate Street Light Pole" 15 performed. 16 c. The price bid shall include: 17 1) Removal and salvage of Street Light Pole 18 2) Delivery of salvaged materials to appropriate location 19 3) Replacement of pole to new location 20 4) Furnishing, placement and compaction of backfill material 21 5) Clean-up 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. National Electric Code (NEC) 28 3. Texas State Law, Article 1426C 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Coordination 31 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the 32 Project. 33 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 34 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and 35 anchor bolts, and any questions about installing the foundations and conduit. 36 4. For location of City underground street luminaire cable and conduit call (817) 392- 37 7738 or (817) 392-8100. 38 5. Obtain and pay for all permits as required to Work in parkway. 39 B. Preinstallation Meetings 40 1. Attend pre -construction meeting. 41 1.5 SUBMITTALS 42 A. Shop Drawings will be required for each Illumination Assembly and shall include: 43 1. Material Data CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 344120-6 ROADWAY ILLUMINATION ASSEMBLIES Page 6 of 12 1 2. Pole dimensions and data 2 3. Luminaire arm dimensions and data 3 4. Attachment details 4 5. Fixtures 5 6. Base details 6 7. Anchor bolt data 7 8. Wall thickness 8 9. Permissible loading and allowable stress 9 B. Product Data submittals shall be in accordance with Section 0133 00. 10 C. All submittals shall be approved by the Engineer or the City prior to delivery and/or 11 fabrication for specials. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product Data Sheets 14 1. Submit product data sheets for roadway illumination assemblies to City for 15 approval prior to ordering materials. 16 1.7 CLOSEOUT SUBMITTALS 17 A. Warranty Documentation 18 1. Provide manufacturer warranty information to the City. 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Storage and Handling Requirements 23 1. Parts shall be properly protected so that no damage or deterioration occurs during a 24 prolonged delay from the time of shipment until installation. 25 2. Exposed anchor bolts shall be protected until pole shaft is installed. 26 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and 27 extremes in temperature. 28 4. The Contractor shall secure and maintain a location to store the material in 29 accordance with Section 01 50 00. 30 B. Delivery and Acceptance 31 1. Contactor and Inspector shall visually inspect roadway illumination assemblies 32 after removal to determine the condition of the hardware. 33 2. Contractor shall protect all salvable material during transport to City specified 34 storage facility. 35 3. Delivered material must be in the same condition after removal, as agreed upon by 36 Contractor and Inspector after removal. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 0. an an r* Im AW 344120-7 ROADWAY ILLUMINATION ASSEMBLIES Page 7 of 12 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY 3 A. Manufacturer Warranty 4 1. Manufacturer's warranty shall be in accordance with Division 1. 5 PART 2 - PRODUCTS 6 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 7 A. Refer to Drawings and Contract Documents to determine if any Items are to be 8 purchased from the City and installed by the Contractor. 9 B. Items eligible for purchase from the City include: 10 1. Roadway Illumination poles 11 2. Contactors 12 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed in the City's Standard Products List will be 15 considered as shown in Section 0160 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 01 25 00. 19 B. Description 20 1. Regulatory Requirements 21 a. All Work related to the installation of roadway illumination assemblies shall be 22 in compliance with the National Electric Code (NEC). 23 2. Roadway Illumination Assemblies 24 a. Poles, arms, light fixtures and lamps shall conform to City Standard Details. 25 b. Ornamental Assemblies 26 1) Refer to Drawings for ornamental pole specifications. 27 c. Lighting Fixtures 28 1) Refer to Drawings for lighting fixture specifications. 29 d. Foundations 30 1) Concrete shall conform to Section 03 30 00. 31 e. Wood Light Poles 32 1) Wood Poles for electrical service shall be ANSI Class 5 treated timber. 33 a) For other applications, Class 2 treated timber is allowed. 34 2) All treated wood poles shall be free from pith holes. 35 a) Trimmed scars are allowable up to a depth of 2-inches in poles up to 10 36 inches in diameter. 37 b) Scars 115 of the pole diameter at the scar location will be allowable for 38 wood poles larger than 10-inches. 39 3) Wood poles shall not deviate from straight more than 1 inch in 10 feet of 40 length. 41 a) Only a single sweep shall be permitted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 A- 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 34 41 20 - 8 ROADWAY ILLUMINATION ASSEMBLIES Page 8 of 12 b) A straight line adjoining the midpoint of the pole at the butt with the midpoint of the pole at the top shall not at any intermediate pass through the external surface of the pole. c) Only a single twist of spiral grain will be permitted. 4) Butt slivering due to felling shall be permitted if the distance from the outside circumference is not less than '/ inch and the height is not more than 1 foot. 5) Timber shall be treated for preservation in accordance with AWPA C4 pressure treatment methods. a) The poles shall have the minimum net retention of preservative treatment shown in the following table: Minimum Retention Treatment (pounds per cubic foot) Creosote 9.0 Pentachlorophenol 0.45 ACA/CCA 0.6 6) Pole Markings 7) All markings shall be in accordance with the following table: a) The bottom brand shall be placed squarely on the face of each pole 10 feet from the butt. Marking Description of Marking PTC Supplier's code or trademark (ie. Pole Treating Company) F-01 Plant location and year of treatment (ie. Forestville, 2001) SPC Species and preservative code (ie. southern pine, creosote) 5-35 Class -length (ie. Class 5, 35-foot pole) 8) A treatment certification will be required with each shipment of treated timber poles including: a) Name of treatment company b) Location of treatment plant c) Applicable product standard (AWPA C4) d) Charge number e) Date of treatment f) Contents of charges (poles) g) Preservative treatment h) Measured preservative retention values f. Wood Light Pole Arms 1) Refer to City Standard Detail Drawings for light pole arm specifications. g. Aluminum Electrical Conductors 1) Refer to Drawings for conductor sizes 2) Use stranded insulated conductors that are rated for 600 volts 3) Approved for wet locations 4) Marked in accordance with UL, NEC, and CSA requirements 3. Roadway illumination pole foundations a. Foundations shall be Class C (3000 PSI) concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape hnprovements City Project No. 00407 a i AM P" rm 34 41 20 - 9 ROADWAY ILLUMINATION ASSEMBLIES Page 9 of 12 1 1) Refer to Section 03 30 00. 2 b. Foundation shall be 24 or 30 inches in diameter unless shown otherwise in the 3 Drawings. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL 6 A. Tests and Inspections 7 1. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 8 am and 5:00 pm) of all concrete pours at (817) 392-7738. 9 a. Inspector must be present when concrete is placed on the Project Site. 10 PART 3 - EXECUTION 11 3.1 EXAMINATION 12 13 14 15 16 17 18 19 20 21 22 23 24 A. Verification of Conditions 1. Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed foundations. a. All exploratory excavation shall conform to Section 33 05 30. 2. Contractor shall contact the following entities at least 48 hours in advance of excavation: a. DIG TESS b. City of Fort Worth Water Department c. City of Fort Worth T/PW Department 3. No additional payment will be made for relocation of any foundations or conduit due to location of existing utilities. 4. The Engineer may shift an assembly's location, if necessary, to avoid conflict with utilities. 25 3.2 PREPARATION 26 27 28 29 30 31 32 33 34 35 36 37 A. Protection of In -Place Conditions 1. Contractor shall be responsible for the following at no additional cost to the City: a. Prevent any property damage to property owner's poles, fences, shrubs, mailboxes, etc. Any damaged property will be restored as directed by Engineer. b. Adjust and repair any existing landscaping and the sprinkler systems as directed by the Engineer to allow for the placement of all roadway illumination equipment. This shall be done in a manner equal to or better than the areas adjacent to the damaged areas. c. Provide access to all driveways during construction, unless authorized by the inspector. d. Protect all underground and overhead utilities and repair any damages. 38 3.3 INSTALLATION �.. 39 A. Foundations CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3441 20 - 10 ROADWAY ILLUMINATION ASSEMBLIES Page 10 of 12 1 1. Dimensions shown on Drawings for locations of street light foundations, conduit 2 and other items may be varied to meet local conditions; subject to approval of 3 Engineer. 4 2. Foundation piers shall be drilled plumb. 5 3. The top of foundation shall be poured level. 6 4. The top 3 inches of the exposed pier (height) above finished grade shall have the 7 sonotube removed. 8 5. Anchor bolts shall extend above the top of the foundation concrete as shown on 9 Anchor Bolt Detail. 10 6. Anchor bolts, ground rod, reinforcing, and conduit shall be in place before pouring 11 concrete in pier foundations. 12 7. Pier foundations shall have 1 continuous concrete pour. 13 8. Foundations shall have a chamfered edge (beveled) at the top. 14 9. Top of foundation shall be 3 inches above the finished grade unless shown different 15 on Drawings. 16 10. Foundations in medians shall be placed in the center of the median between the 2 17 curbs. 18 11. Foundations shall not be drilled within 3 feet of a water line or fire hydrant. 19 12. In residential areas foundations shall be placed in the street right of way (R.O.W.) 20 in line with the property line between lots and at the break of the radius point of the 21 street curb at street intersections. 22 13. Foundations shall not be placed in sidewalks (or location of future sidewalks) or 23 sidewalk ramps. 24 14. No street light poles shall be placed on foundations prior to 7 days following 25 pouring of concrete. 26 B. Roadway Illumination Assemblies 27 1. Roadway Illumination Assemblies 28 a. Use established industry and utility safety practices when installing poles 29 located near overhead or underground utilities. Consult with the appropriate 30 utility company before beginning work. 31 b. Prevent scarring or marring of poles, mast arm, and fixtures. 32 c. Stake, install, and align each assembly as shown on the plans. 33 d. Do not use screw -in type foundations. 34 e. Install anchor bolts and coat anchor bolt threads. 35 f. Erect structures after foundation has attained its design strength as required in 36 Section 03 30 00. 37 g. Tighten anchor bolts for poles with shoe bases. 38 h. Do not place grout between base plate and foundation. 39 i. Test installed roadway illumination assembly with City inspector present. 40 2. Wood Light Pole 41 a. All light pole installations should be coordinated with all appropriate utility 42 companies prior to Work beginning. 43 b. Drill holes for setting poles shall be a minimum of 1.5 diameters of the pole 44 butt. 45 c. Poles shall be set plumb, unless otherwise specified on the Drawings. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i i ow 4M 4M AM 40 4M 34 41 20 - 11 ROADWAY ILLUMINATION ASSEMBLIES Page 11 of 12 1 d. Unless otherwise shown in Drawings, poles should be set to the minimum 2 depths shown in the following table: Pole Length Minimum Setting Depth (feet) (feet) < 25 4.5 26-30 5.0 31-35 5.5 36-40 6.0 41-45 6.5 ! 46-50 7.0 3 e. Backfill the hole around the pole thoroughly by tamping 6-inch lifts of backfill 4 material until reaching natural grade. 5 1) Once grade is met, apply a last 6-inch lift in a cone shape around the pole to 6 allow for settling. 7 2) Backfill in accordance to Section 33 05 10. 8 f. Repair and clean-up surrounding area to a condition that is equal to or better 9 than its condition prior to installation. 10 3.4 REPAIR / RESTORATION [NOT USED] 11 3.5 RELOCATION AND REMOVAL 12 A. Relocation 13 1. Disconnect and remove conductors from abandoned circuits. 14 2. Remove abandoned circuit or ducts to a point 6 inches below final grade. 15 3. Reconnect conduit, ducts, conductors to be reused. 16 4. Replace damaged conduit, ducts, and conductors. 17 5. Do not use screw -in type foundations. 18 6. Install existing structures on new foundations. 19 7. Do not place grout between base plate and foundation. 20 8. Furnish and install new internal conductors, fused and unf ised connectors, and 21 fixtures. 22 9. Test installed roadway illumination assembly with City inspector present 23 10. Accept ownership of unsalvageable materials and dispose of in accordance with 24 federal, state, and local regulations. 25 B. Relocation 26 1. Remove roadway illumination assembly components in accordance with 27 established industry and utility safety practices. 28 2. Remove transformer bases from transformer base poles. 29 3. Remove luminaires and mast arms from the pole shaft. 30 4. Stockpile pole shafts, mast arms, and assembly hardware at a location designated 31 by the City. 32 5. Pole shafts, mast arms, and assembly hardware will remain City property unless 33 otherwise shown on the plans or directed. 34 6. Disconnect and remove conductors from abandoned circuits. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 34 41 20 - 12 ROADWAY ILLUMINATION ASSEMBLIES Page 12 of 12 1 7. Remove abandoned conduit and ducts to a point 6 inches below final grade. 2 8. Destroy existing transformer bases to prevent reuse. 3 9. Remove abandoned concrete foundations to a point 2 ft. below final grade. 4 10. Backfill the hole with material that is equal in composition and density to the 5 surrounding area. 6 11. Replace surfacing material with similar material to an equivalent condition. 7 12. Accept ownership of unsalvageable materials and dispose of in accordance with 8 federal, state, and local regulations. 9 3.6 FIELD JOR] SITE QUALITY CONTROL [NOT USED] 10 3.7 SYSTEM STARTUP [NOT USED] 11 3.8 ADJUSTING [NOT USED] 12 3.9 CLEANING 13 A. Contractor shall clean up and remove all loose material resulting from construction 14 operations. 15 3.10 CLOSEOUT ACTIVITIES [NOT USED] 16 3.11 PROTECTION [NOT USED] 17 3.12 MAINTENANCE [NOT USED] 18 3.13 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 21 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1.2011 M i i 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 1 SECTION 34 4130 2 ALUMINUM SIGNS AND SIGN POSTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs posted on mast arms, signal poles or on the ground 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs 15 a. Measurement 16 1) Measurement for this Item shall be per each sign installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 shall be paid for at the unit price bid per each "Furnish/Install Alum Sign 20 Mast Arm Mount" installed. 21 c. The price bid shall include: 22 1) Fabricating the aluminum sign 23 2) Purchase signs from the City if required in the plans. 24 3) Treatment of sign panels required before application of background 25 materials 26 4) Application of the background materials and messages to the sign panels 27 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 28 backing strips 29 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 30 support connections 31 7) Assembling and erecting the signs 32 8) Preparing and cleaning the signs 33 2. Installing Mast Arm or Signal Pole Mounted Aluminum Signs 34 a. Measurement 35 1) Measurement for this Item shall be per each sign installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm 39 Mount" installed. 40 c. The price bid shall include: 41 1) Installing each Aluminum Sign CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 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 344130-2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Furnish/Install Alum Sign Ground Mount" installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Purchasing signs from City if called out in the plans. 3) Treatment of sign panels required before application of background materials 4) Application of the background materials and messages to the sign panels 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting the signs and posts 8) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Ground Mount" installed. c. The price bid shall include: 1) Fabricating the aluminum sign and steel sign post including 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs and posts 5) Preparing and cleaning the signs 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Ex. Pole Mount" furnished and installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 .t i ., AW P. 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 1 c. The price bid shall include: 2 1) Furnishing and installing the aluminum sign 3 2) Purchasing signs from City if called out in the plans. 4 3) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 5 backing strips 6 4) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 7 support connections 8 5) Assembling and erecting the signs 9 6) Preparing and cleaning the signs 10 6. Installing Aluminum Signs Mounted on Existing Poles 11 a. Measurement 12 1) Measurement for this Item shall be per each sign installed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 shall be paid for at the unit price bid per each "Install Alum Sign Ex. Pole 16 Mount" installed. 17 c. The price bid shall include: 18 1) Fabricating the aluminum sign 19 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 20 backing strips 21 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 22 support connections 23 4) Assembling and erecting the signs 24 5) Preparing and cleaning the signs 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. American Standard Testing Materials (ASTM) 31 a. ASTM B209-07— "Standard Specification for Aluminum and Aluminum -Alloy 32 Sheet and Plate". 33 b. ASTM D4956 — 09e1 — "Standard Specification for Retroreflective Sheeting for 34 Traffic Control". 35 c. ASTM A1011 / A1011- 10 — "Standard Specification for Steel, Sheet and Strip, 36 Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low- 37 Alloy with Improved Formability, and Ultra -High Strength". 38 d. ASTM B 117-09 — "Standard Practice for Operating Salt Spray (Fog) 39 Apparatus". 40 e. AASHTO M 120-08 — "Standard Specification for Zinc". 41 3. Texas Manual on Uniform Traffic Control Devices 42 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 43 Transportation, Standard Specifications for Construction and Maintenance of 44 Highways, Streets, and Bridges. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3441 30-4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 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. Shop Drawings 8 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 9 approval prior to fabrication. 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING 14 A. Delivery and Acceptance Requirements 15 1. Signs and parts shall be properly protected so that no damage or deterioration 16 occurs during a prolonged delay from the time of shipment until installation. 17 2. The Contractor shall secure and maintain a location to store the material in 18 accordance with Section 0150 00. 19 B. Storage and Handling 20 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 21 edges, and faces are not damaged. 22 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 23 night and day, will be acceptable. 24 3. Replace unacceptable signs. 25 4. Store all finished signs off the ground and in a vertical position until erected. 26 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 27 6. Larger signs may be stored outside. 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 32 A. Refer to Drawings and Contract Documents to determine if any Items are to be 33 purchased from the City and installed by the Contractor. 34 B. Items eligible for purchase from the City include: 35 1. Aluminum Signs CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2.2 MATERIALS 2 A. Manufacturers 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 3441 30 - 5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Sign blanks 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, dirt, grease, oil, white rust, fingerprints and/or other irregularities. 3. Sign blanks shall be degreased and etched according to industry standards and shall have an alodined finish applied per MIL-05541 Class 1 A. 4. The thickness of each sign blank shall be uniform throughout. C. Sign sheeting 1. Acrylic overlay film a. This film shall be applied to Type 1, Type II, Type IV, Type IX, and other retroreflective sheeting for permanent signing. b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 1170. c. Film shall be: 1) Durable 2) Transparent 3) Acrylic 4) Electronic-cuttable 5) Coated with a transparent, pressure sensitive adhesive 6) Have a removable synthetic liner — paper liner is not acceptable d. Film colors can include yellow, green, blue, brown, red, and orange. 2. Non -reflective vinyl film a. This film shall be applied to Type I, Type III, Type IV, Type IX, and other retroreflective sheeting for permanent signing. The film shall be equal to or better than 3M Scotchcal ElectroCut Film Series 7725. b. Film shall be: 1) Durable 2) 2 mil opaque cast vinyl 3) Coated with a transparent, pressure -sensitive adhesive 4) Have a removable synthetic liner — paper line is not acceptable c. Film colors can include yellow, green, blue, brown, red, and orange. 3. Engineering grade retroreflective sign sheeting with pressure -sensitive adhesive backing a. This sheeting shall be combined with other components for permanent signing. b. The sheeting shall meet all Specifications for Type I retroreflective sheeting with class 1 backing as outlined in ASTM D 4956 — 09el . c. The sheeting shall be equal to or better than 3M Scotchcal ElectroCut Film Series 3200T. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 West Berry Streetscape Improvements City Project No. 00407 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 344130-6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 d. Sheeting colors can include white, yellow, orange, green, red, blue, and brown. 4. Very -high -intensity retroreflective sign sheeting with pressure -sensitive adhesive backing in florescent colors shall: a. Be combined with other components for permanent signing b. Be a very -high -intensity retroreflective sheeting having the highest retroreflectivity characteristics at short road distances c. Typically be an unmetallized microprismatic retroreflective element material d. Have a smooth outer surface that essentially has the property of retroreflector over its entire surface. 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for adhesion to smooth, clean surfaces. e. Be equal to or better than 3M Series 3980 f. Be of colors including yellow, yellow/green, and orange 5. High intensity prismatic retroreflective sheeting with adhesive backing shall: a. Be combined with other components for permanent signing b. Typically be an unmetallized microprismatic lens retroreflective element material c. Have a smooth outer surface that essentially has the property of the retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for the adhesion to smooth, clean surfaces. d. Be equal to or better than 3M Series 3930 e. Be of colors including white, yellow, green, red, blue, and brown 6. Super -high efficiency full cube retroreflective sheeting with pressure sensitive adhesive shall: a. Be combined with other components for permanent signing b. Be a super -high efficiency, full cube retroreflective sheeting having the highest retroreflectivity characteristics at medium and short road distances. c. Typically be a microprismatic retroreflective element material d. Have a smooth outer surface that essentially has the property of retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for adhesion to smooth, clean surfaces. e. Be equal to or better than 3M Series 4000 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent yellow, fluorescent yellow green, and fluorescent orange D. Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A1011 / A1011- 10. 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 3. All posts and anchors shall be manufactured from raw steel, formed and welded on the corner prior to receiving a triple coat protection of inline hot -dipped, galvanized zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate conversion coating and a cross -linked polyurethane acrylic exterior coating. 4. The interior shall receive a double coat of zinc based organic coating, tested in accordance with ASTM B-117-09. E. Hardware CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 1 1. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, 2 washers, lock washers, screws, and other sign assembly hardware. 3 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. 4 2.3 ACCESSORIES [NOT USED] i 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 FABRICATION 11 A. Sign blanks 12 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 13 of buckles, warps, burrs, dents, cockles, or other defects. 14 2. Do not splice individual extruded aluminum panel. 15 3. Complete the fabrication of sign blanks, including the cutting and drilling or 16 punching of holes, before cleaning and degreasing. 17 4. After cleaning and degreasing, ensure that the substrate does not come into contact 18 with grease, oils, or other contaminants before the application of the reflective 19 sheeting. 20 B. Sign sheeting 21 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 22 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 23 the sheeting manufacturer. 24 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 25 manner as the sign panel face. 26 4. Minimize the number of splices in the sheeting. 27 5. Overlap the lap -splices by at least 1/4 inch. w 28 6. Provide a 1-foot minimum dimension for any piece of sheeting. 29 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 30 transparent films. 31 C. Sign messages 32 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 33 2. Use sign message material from the same manufacturer for the entire message of a 34 sign. 35 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 36 color and reflectivity. 37 4. Prevent runs, sags, and voids. 38 D. Telescoping steel sign posts CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 3441 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 1. Permissible variation in straightness is 1/16 inch in 3 feet. 2. Tolerances are on the outside size. Measurements for outside dimensions shall be made at least 2 inches from end of tube. Nominal Outside Outside Tolerance Dimensions at all Side Corners (inches) (inches) 1 %2 X 1 %2 f0.006 1 '/ X 1 '� f0.008 2 X 2 f0.008 2V4X2V f0.010 2 '/2 X 2 %2 f0.010 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 4. Measured in the center of the flat side tolerance is f 0.01 inch applied to the specific size determined at the comer. 5. Squareness of Sides and Twist Nominal Squareness Twist Permissible in 3 Outside Tolerance inches Lengths Dimensions (inches) (inches) (inches) 1 '/2 X 1 '/2 f0.009 0.050 1 '/ X 1 Y4 f0.010 0.062 2 X 2 t0.012 0.062 2 % X 2 % t0.014 0.062 2 %2 X 2 %z f0.015 0.075 6. All top posts must be capable of fracturing at the point of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. 7. The shape of all posts and anchors shall be square and straight with smooth tubing welded in one comer with a tolerance that permits telescoping of the next larger or small size, in '/o-inch increments. 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch diameter on 1-inch centers for at least the top 4 inches of the anchor while being truly aligned in the center of the section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 4M w w. i y M op .4 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 1 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1- 2 inch centers for the entire length of the post and truly aligned in the center of 3 section. 4 5 3.5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 11 A. Wash completed signs with a biodegradable cleaning solution acceptable to the 12 manufacturers of the sheeting, colored transparent film, and screen ink to remove 13 grease, oil, dirt, smears, streaks, finger marks, and other foreign material. 14 B. Wash again before final inspection after erection. 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 21 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 i ,M dM KJ i M 3471 13 - 1 TRAFFIC CONTROL Page 1 of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" shall be paid for at the 22 unit price bid for "Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 2. Portable Message Signs 31 a. Measurement 32 1) Measurement for this Item shall be per week for the duration of use. 33 b. Payment 34 1) The work performed and materials furnished in accordance to this Item and 35 measured as provided under "Measurement' shall be paid for at the unit 36 price bid per week for "Portable Message Sign' rental. 37 c. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post -construction 42 3. Preparation of Traffic Control Plan Details CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 West Berry Streetscape Improvements City Project No. 00407 3471 13-2 TRAFFIC CONTROL Page 2 of 5 1 a. Measurement 2 1) Measurement for this Item be per each Traffic Control Detail prepared. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 shall be paid for at the unit price bid per each "Traffic Control Detail" 6 prepared. 7 c. The price bid shall include: 8 1) Preparing the Traffic Control Plan Details 9 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 10 (TMUTCD) 11 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 12 4) Incorporation of City comments 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 19 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 20 Transportation, Standard Specifications for Construction and Maintenance of 21 Highways, Streets, and Bridges. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 25 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 current 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. 1 Oth 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. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 37 Engineer. 38 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 39 Specifications. The Contractor will be responsible for having a licensed Texas 40 Professional Engineer sign and seal the Traffic 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 West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 3471 13 - 3 TRAFFIC CONTROL Page 3 of 5 1 F. Design Engineer will furnish standard details for Traffic Control. 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 ASSEMBLIES AND MATERIALS A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 PREPARATION A. Protection of In -Place Conditions 1. Protect existing traffic signal equipment. 3.3 INSTALLATION A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on the Drawings and as directed. B. Install Traffic Control Devices straight and plumb. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 3471 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 the approval of the Engineer. 3 1. Minor adjustments to meet field constructability and visibility are allowed. 4 D. Maintain Traffic Control Devices by taking corrective 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 mdet requirements during darkness and rain. 9 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 10 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, I 1 lights, signs, or other precautionary measures for the protection of persons or property), the 12 Inspector may order such additional precautionary measures be taken to protect persons 13 and property. 14 F. Subject to the approval of the Inspector, portions 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 constructed during any phase. 17 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 18 distance of drivers entering the highway from driveways or side streets. 19 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 20 be erected and mounted on portable supports. 21 1. The support design is subject to the approval of the Engineer. 22 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 23 J. If at any time the existing traffic signals become inoperable as a result of construction 24 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 25 approved by the Engineer, to be used for Traffic Control. 26 K. Flaggers 27 1. Provide a Contractor representative who has been certified as a flagging instructor 28 through courses offered by the Texas Engineering 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 certified flagging instructor. 36 3. Flaggers must be courteous and able to effectively communicate with the public. 37 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 38 and follow the flagging procedures set forth in the TMUTCD. 39 5. Provide and maintain flaggers at such points and for such periods of time as may be 40 required to provide for the safety and convenience of public travel and Contractor's 41 personnel, and as shown on the Drawings or as directed by the Engineer. 42 a. These flaggers shall be located at each end of the lane closure. 43 L. Removal CITY OF FORT WORTH West Berry Streetscape hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 .. 347113-5 TRAFFIC CONTROL i Page 5 of 5 1 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 2 and other Traffic Control Devices used for work -zone traffic handling in a timely *' 3 manner, unless otherwise shown on the Drawings. 4 3.4 REPAIR / RESTORATION [NOT USED] 5 3.5 RE -INSTALLATION [NOT USED] 6 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 7 3.7 SYSTEM STARTUP [NOT USED] 8 3.8 ADJUSTING [NOT USED] 9 3.9 CLEANING [NOT USED] 10 3.10 CLOSEOUT ACTIVITIES [NOT USED] .s 11 3.11 PROTECTION [NOT USED] 12 3.12 MAINTENANCE [NOT USED] 13 3.13 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE I 16 w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS i Revised July 1, 2011 West Berry Streetscape Improvements City Project No. 00407 aft GUIDE SPECIFICATION SECTION 39 02750 INTEGRALLY COLORED CONCRETE STAMPEDAMPRINTED CONCRETE PAVEMENT PART 1- GENERAL 1.1 SUMMARY A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to Work of this Section. B. Section Includes: 1. Integrally colored concrete slabs -on -grade, roads, and other exterior concrete pavements . 2. Stamping/Imprinting. 3. Curing of integrally colored and imprinted concrete. C. Related Sections: 1. Division 3 Section "Cast -in -Place Concrete" for general applications of concrete and coordination of sample submittal and color selection. 2. Division 32 Section "Concrete Joint Sealants" for colored sealants for joints. 1.2 REFERENCES A. American Concrete Institute (ACI): i 1. ACI 301 "Specification for Structural Concrete for Buildings." 2. ACI 302 IR "Recommended Practice for Concrete Floor and Slab Construction." 3. ACI 303.1 "Standard Specification for Cast -In -Place Architectural Concrete." 4. ACI 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing of Concrete." 5. ACI 305R "Recommended Practice for Hot Weather Concreting." 6. ACI 306R "Recommended Practice for Cold Weather Concreting." so B. American Society for Testing and Materials (ASTM): 1. ASTM C309 "Liquid Membrane -Forming Compounds for Curing Concrete." 2. ASTM C494 "Standard Specification for Chemical Admixtures for Concrete." 3. ASTM C979 "Standard Specification for Pigments for Integrally Colored Concrete." 1 C. American Association of State Highway and Transportation Officials (AASHTO): 1. AASHTO M194 "Chemical Admixtures." 1.3 SUBMITTALS .'. A. Product Data: Submit manufacturer's complete technical data sheets for the following: 1. Colored admixture. 4W 2. Imprinting/Texturing tools. 3. Curing compound. B. Design Mixes: For each type of integrally colored concrete. C. Samples for Initial Selection: Manufacturer's color charts showing full range of colors available. D. Qualification Data: For firms indicated in "Quality Assurance" Article, including list of ,m completed projects. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer with 10-years experience in production of ..� specified products. B. Installer Qualifications: An installer with 5 years experience with work of similar scope and quality. C. Comply with the requirements of ACI 301. D. Obtain each specified material from same source and maintain high degree of consistency in workmanship throughout Project. E. Integrally Colored Concrete Mockups: 1. Provide under provisions of Division 1 Section Submittals 2. At location on Project selected by City Inspector, place and finish 4 by 4 feet area. 3. For accurate color, the quantity of concrete mixed to produce the sample should not be less than 3 cubic yards (or not less than 1/3 the capacity of the mixing drum on the ready -mix truck) and should always be in full cubic yard increments. Excess material shall be discarded according to local regulations. 4. Construct mockup using processes and techniques intended for use on permanent work, including curing procedures. Include samples of control, construction, and expansion joints in sample panels. Mockup shall be produced by the individual workers who will perform the work for the Project. 5. Retain samples of cements, sands, aggregates and color additives used in mockup for comparison with materials used in remaining work. 6. Accepted mockup provides visual standard for work of Section. ., 2 7. Mockup shall remain through completion of the work for use as a quality standard for finished work. 8. Remove mockup when directed. 9. Do not change material sources, concrete mix designs, water/cement ratio and other factors that will alter structural and appearance characteristics in the completed work without written approval of the City Engineer (after contractor -provided mock-up panels have been reviewed and approved). Maintain consistency in workmanship throughout the project. Adjustments, if made, shall be at no additional cost to the City, including the cost of new mock-up panels, which shall be required to demonstrate that the changes will result in a continuation of the acceptable color and finish consistency in the completed work. All mock-up panels are produced at the Contractor's expense. Do not proceed with adjustments without written approval of the Engineer. a 1.5 DELIVERY, STORAGE AND HANDLING .� A. Colored Admixture: Comply with manufacturer's instructions. Deliver colored admixtures in original, unopened packaging. Store in dry conditions. -M M 1.6 PROJECT CONDITIONS A. Integrally Colored Concrete Environmental Requirements: 1. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. 2. Avoid placing concrete if rain, snow, or frost is forecast within 24-hours. Protect fresh concrete from moisture and freezing. 3. Comply with professional practices described in ACI 305R and ACI 306R. B. Schedule delivery of concrete to provide consistent mix times from hatching until discharge. Mix times shall meet manufacturer's written recommendations. 1.7 PRE -JOB CONFERENCE A. One week prior to placement of integrally colored concrete, a meeting shall be held to discuss the Project and application methods. B. It is suggested that the City Project manager, General Contractor, City Construction Inspector, Subcontractor, and a Ready -Mix Concrete Representative. 3 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURER A. L.M. SCOFIELD COMPANY, Douglasville, Georgia and Los Angeles, California (800) 800-9900 or the appropriate local contact: Eastern Division — 201-672-9050; Western Division — 714-568-1870; Central Division Office — 630-377-5959. 2.2 MATERIALS A. Colored Admixture for Integrally Colored Concrete: CHROMIX P® Admixture and CHROMIX ML®; L.M. SCOFIELD COMPANY. 1. Admixture shall be a colored, water -reducing, admixture containing no calcium chloride with coloring agents that are lime proof and UV resistant. 2. Colored admixture shall conform to the requirements of ACI 303.1, ASTM C979, ASTM C494, and AASHTO M194. B. Stamping/Imprinting Tools and Materials: LITHOTEX® Pavecrafters imprinting tools; L.M. SCOFIELD COMPANY. C. Curing Compound for Integrally Colored Concrete: Curing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. 1. Exterior Integrally Colored Concrete: LITHOCHROMe COLORWAX; L.M. SCOFIELD COMPANY. Use to cure exterior flatwork that will be allowed to cure naturally with only occasional maintenance. 2. Interior Integrally Colored Concrete: COLORCURe (Pigmented) or CEMENTONE® (Clear); L.M. SCOFIELD COMPANY. Use to cure interior flatwork that will receive regular maintenance. D. SUBSTITUTIONS: Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests in writing from Contractor for substitution of products in place of those specified. This request shall be accompanied by the following: 1. A certificate of compliance from the material manufacturer stating that proposed products meet or exceed requirements of this Section, including standards ACI 303.1, ASTM C979, ASTM C494 and AASHTO M194. 2.3 COLORS AND PATTERNS A. Concrete Colors: r 1. Cement: Color shall be gray 2. Sand: Color shall be locally available natural sand. 3. Aggregate: Concrete producer's standard aggregate complying with specifications. .t 4 4. Colored Admixture: As shown on plans 5. Stamp/Imprinting Pattern: As selected by Engineer. B. Concrete Colors: Provide cement, sand, aggregate and colored admixture as required matching existing roadway. C. Curing Compound: Color to match colored concrete. PART 3 - EXECUTION 3.1 INSTALLATION A. Install concrete according to requirements of Division 3 Section "Cast -In -Place Concrete." B. Do not add water to the mix in the field. 3.2 CURING A. Integrally Colored Concrete: Apply curing compound for integrally colored concrete according to manufacturer's instructions using manufacturer's recommended application techniques. Apply curing compound at consistent time for each pour to maintain close color consistency. B. Curing compound shall be same color as the colored concrete and supplied by same manufacturer of the colored admixture. C. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the National Ready Mixed Concrete Association. D. Do not cover concrete with plastic sheeting. PART 4 - MEASUREMENT AND PAYMENT A. The work performed, materials furnished, mock-ups, transportation of mock-ups, removal of mock-ups, equipment, labor, tools, and incidentals will not be measured or paid for separately but will be subsidiary to considered pertinent items. B. The City reserves the right to require complete removal and replacement of concrete that does not conform to the approved contractor -provider mock-up panels. Removal and replacement of work rejected will be at the Contractor's sole expense. 5 Ift .. .. END OF SECTION .f .. r., SECTION 39 02 810 IRRIGATION SYSTEM PARTI- GENERAL 1.1 SUMMARY A. Provide complete landscape irrigation system as shown on drawings as described herein. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement of Payment 1. Measurement: Measurement for this item shall be Lump Sum for all items shown on the plans and called out in the specifications required for a fully functioning irrigation system as designed. 2. Payment: Work performed and materials furnished in accordance with this item, shall be paid for at a Lump Sum Price bid for "Irrigation System." 1.3 RELATED SECTIONS A. Topsoil Placement and Finishing of Parkway — Section 32 91 19 B. Hydromulching, Seeding and Sodding —Section 32 92 13 C. Shrubs and Trees — Section 32 93 43 1.4 QUALITY ASSURANCE A. Installer: 1. An irrigator licensed in the State of Texas with a minimum five (5) years continuous experience installing systems of this size and complexity must supervise system installation. 2. If requested, submit a list of references including Owner, Landscape Architect (if applicable), date of installation and approximate installation cost. B. Testing: Perform required testing under observations of Architect. Give 48 hours notice that such tests are to be conducted. C. Assembly Procedures: Do not alter design hydraulics by installing additional tees or elbows unless approved by Architect. D. Install system per all State of Texas laws and rules and all local codes and ordinances. These items are made apart of these specifications whether shown or not. State of Texas laws and rules and all local codes and ordinances take precedence over the plans and specifications. E. Furnish certificates showing which materials have been manufactured within a five Hundred (500) mile radius of the site per LEED requirement MRc5.1 — Regional Materials. 1.5 REFERENCES STANDARDS: Irrigation 39 02810 - 1 North Beach Street — Keller Hicks to rimber/and City Project No. 01291 A. American Standard for Testing and Materials (ASTM) - Latest edition. 1. D2241 Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR) 2. D2464 Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Thread, Schedule 80 3. D2466 Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40 ` 4. D2467 Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Socket Type, Schedule 80 5. D2564 Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings 6. D2287 Flexible Poly Vinyl Chloride (PVC) Plastic Pipe _ 7. F656 Poly Vinyl Chloride (PVC) Solvent Weld Primer 8. D2855 Making Solvent - Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings 1.6 SUBMITTALS A. Procedure: Comply with Division I Specification requirements. B. Product Data: Submit copies of equipment manufacturer's specifications and literature for all specified materials. C. Project Record Documents 1. Locate by written dimension, routing of mainline piping, remote control valves and quick coupling valves. Locate mainlines by single dimensions from permanent site features provided they run parallel to these elements. Locate valves, intermediate electrical connections, and quick couplers by two dimensions from a permanent site feature at approximately 70 degrees to each other. 2. When dimensioning is complete, transpose work to reproducible tracings. Tracings will be provided by Architect. 3. Submit completed tracings prior to final acceptance. Mark tracings "Record Prints Showing Significant Changes". Date and sign drawings. 4. Provide three complete operation manuals and equipment brochures neatly bound in a hard -back three-ring binder. Include product data on all installed materials. Include warranties and guarantees extended to the Contractor by the manufacturer of all equipment. 5. Provide controller chart for each controller specified for the project. Identify the area of coverage for ach zone using distinctly different colors drawn over entire area of coverage. Seal chart between two layers of 20 mil thick plastic. Chart must be completed and approved prior to final acceptance of the irrigation system. D. Water Pressure: Prior to starting construction, determine if static water pressure is as stated on Drawings. Confirm findings to Architect in writing. If static pressure varies from pressure stated on drawings, do not start work until notified to do so by Architect. E. Quick Coupler Keys: Provide three (3) coupler keys with boiler drains attached using brass reducer. Boiler drains to be equipped w/ warning tag per State of Texas laws and rules and all local codes and ordinances. F. Controller Keys: Provide two (2) sets of keys to controller enclosure(s). 1.7 COORDINATION Irrigation 39 02810 - 2 North Beach Street —Keller Nicks to Timberland City Project No. 01291 A. Complete sleeve installation (not otherwise provided) in coordination with paving and other concrete pours. B. Coordinate to ensure that electrical power source is in place. _ C. Coordinate system installation with work specified in other Sections and coordinate with landscape installer to ensure plant material is uniformly watered in accordance with intent shown on drawings. 1.8 WARRANTY AND MAINTENANCE A. Extend to the Owner warranties and guarantees provided by the manufacturer of all equipment used. B. Fully warrant all materials and workmanship for a minimum of one year after final acceptance. C. Include repair of backfill settlement, packing the earth firmly around the heads, quick couplers and valve boxes. 1.9 CONNECTION TO DOMESTIC WATER SUPPLY A. Complete connection to water supply in accordance with governing state and local codes and regulations. B. Provide and pay for any required permits, tap fees, and impact or capital recovery fees. PART 2 PRODUCTS 2.1 DEFINITIONS: A. Mainline: Piping from water source to operating valves. Hydrant lines and lines supplying quick coupling valves (QCV) are considered mainlines. B. Lateral Piping: Piping from operating valves to sprinkler heads. 2.2 POLYVINYL CHLORIDE PIPE A. Polyvinyl Chloride Pipe (PVC): Manufactured in accordance with standards noted. 1. PVC Mainline and Lateral Piping: Class 200, SDR-21. Pipe shall be permanently marked with ASTM standard number and the NSF (National Sanitation Foundation) seal. Provide pipe free of blisters, internal striations, cracks, or other defects. 2. PVC Pipe Fittings: Schedule 40. B. Pipe Connection Materials: 1. Solvent Weld Fittings: Use primer and adhesive solvent. Cans of primers and solvents to have labels intact and stamped with date of manufacture. Cans dated over two years old will not be permitted. Do not thin primer or solvent. a. Solvents: Weld -On #705 by IPS Corporation. b. Primer: Weld -On #P-68 by IPS Corporation. 2. Threaded Fittings: PVC to PVC, or PVC to copper, use Teflon tape. 3. Flexible PVC: Use only solvents made for flexible pipe. a. Solvents: Weld -On #795 by IPS Corporation. b. Primer: Weld -On #P-68 by IPS Corporation. c. Do not use spiral barbed fittings with flexible PVC. Refer to drawing details. Irrigation 39 02810 - 3 North Bench Street — Keller Hicks to Timberland City Project No. 01291 2.3 COPPER PIPE MATERIALS A. Pipe: Type "M", hard, straight lengths of standard size and dimension. B. Fittings: Cast brass of wrought copper, sweat -solder type. C. Pipe Connection Materials: Threaded fitting, copper to copper, copper to brass, and copper to _ PVC: Teflon tape. 2.4 DRIP IRRIGATION A. Control zone values to have pressure regulator and filter per manufacturer's recommendations. 1. Filter to be 200 mesh and installed in a "Y" body. T 2. Pressure Regulator and electric valve shall be "low flow" models made specifically for drip irrigation. B. Inline Emitter Tubing: Tubing to have factory installed, pressure compensating, inline emitters installed every 12" on center. Flow rate to be .90 gallons per hour. C. Compression Fittings 1. Provide leak free compression connections. 2. Use flush cap to close off line. -- 3. ABS materials with Buna-N rubber seals. D. Air Relief Valves: Made of quality rust -proof plastic material with a maximum pressure rating of 140 psi. E. Flush Valves: Made of quality rust -proof plastic material with a maximum pressure rating of 57 psi. F. Soil Staples: 12-gauge galvanized steel pre -bent rod staple. Stake to be corrosion -resistance with notches. 2.5 MISCELLANEOUS MATERIALS A. Wire: Type OF with minimum 4/64 inches insulation, Underwriters Laboratory (UL) approved for direct underground burial in National Electrical Code Class II Circuit (30 volts AC or less). Size according to controller manufacturer's recommendations and consideration of length of run, but no smaller than #14. B. Nipples: 1. Spray Pop-up heads: Flexible PVC manufactured from virgin PVC material and tested at _ 200 psi; static pressure for two hours with a quick burst rating of 400 psi min. manufactured by Agrifim (NDS). 2. Rotary heads: Schedule 80 PVC, Type 1, Grade 1, plus Lasco swing joint assemblies with 'O-Ring' fittings. — C. Pea Gravel: Washed native aggregate graded 3/4 to 1-1/2 inches. Irrigation 39 02810 - 4 North Bench Street — Keller Hicks to 7-imberinnd City Project No. 01291 D. Wire Connectors: Waterproof splice kit connectors. Type DBY by 3M or King One Step sealant filled connector. E. Quick Coupler Valves and Keys: 1. Valves: One inch (1") bronze bodied valves with a rubber seat and purple vinyl cover. 2. Keys: Bronze construction with one inch (1") MIP x 3/" FIP threads. 2.6 IRRIGATION EQUIPMENT: Refer to drawing notes and legend. PART 3 EXECUTION 3.1 INSPECTION A. Examine areas to be sprinkled and conditions under which irrigation sprinkler system is to be installed. B. Verify that interfacing work specified elsewhere is complete. C. Notify Architect in writing of conditions detrimental to proper irrigation coverage and timely completion of Work. D. Do not proceed until conditions are satisfactory. 3.2 INSTALLATION A. General 1. Compliance: Complete installation in strict accordance with manufacturer's recommendation, State of Texas laws are rule and all local codes and ordinances which shall be considered a part of these specifications. 2. Staking: Stake location of each sprinkler before proceeding. Do not exceed manufacturer's maximum spacing limits for the stated head pressure. 3. Piping Layout: Piping layout is diagrammatic. Route piping around trees and shrubs to avoid damage to plantings. Do not dig within balls of newly -planted trees and shrubs. Also, if applicable, do not trench within the dripline of existing trees. These trenches must be dug by hand. 4. Discrepancies a. Point out any discrepancy between the drawings and the field conditions that may affect uniform coverage. Do not proceed until any design change made necessary by such discrepancy is approved. b. Should such changes create extra cost, approval for extra compensation shall be obtained in writing before commencing work. c. Should such changes create a savings in cost, a written reduction in the contract price shall be approved in writing before commencing work. d. If Contractor fails to comply with Item a. above, and proceeds with the installation, then the Contractor assumes responsibility for cost of subsequent system modifications to assure that uniform water coverage is achieved. B. Excavations: Excavations are unclassified and include earth, rock, or combinations, in wet or dry state. Backfill trenches with material removed except if rock is encountered, haul this material off site and backfill to ensure a minimum of 3 inches of rock -free soil surrounding pipe. C. Water Meter and Backflow Prevention: Refer to drawings. Irrigation 39 02810 - 5 North Beach Street —Keller Hicks to 7-imberland City Project No. 01291 3.3 PIPE INSTALLATION A. General: Width of trenches to be approximately twice as large as the pipe diameter. 1. Maintain a minimum horizontal distance of 3'-0" between any valves that are installed side by side. ` 2. Maintain a minimum V-6" distance between any fittings installed in the main line and lateral lines (except for reducer bushings). Crosses are not allowed. B_ Mainline Piping: Install in 4-inch wide trenches with minimum of 18 inches of cover over pipe, but no more than 24 inches of cover. C. Lateral Piping: Install in 4 inch -wide trenches with minimum 12 inches of cover over pipe, but no more than 18 inches of cover. D. Trenching: Provide firm, uniform bearing for entire length of pipe to prevent uneven settlement. Wedging or blocking of pipe is not permitted. Remove foreign matter from inside _ of pipe before welding. Keep inside of piping clean during and after layout. E. Backfill: Water jet and compact to prevent aftersettling. Hand rake trenches and adjoining areas to leave grade in condition equal to before installation. 3.4 PVC PIPE AND FITTINGS ASSEMBLY A. Solvent: Use solvent and procedures recommended by manufacturer to make solvent -welded joints. Thoroughly clean pipe and fittings with purple primer before applying solvent. B. PVC to Metal Connections: Use Teflon tape. C. Threaded PVC Connections: Use threaded PVC adapters into which pipe may be welded. Use Teflon tape on threads. 3.5 COPPER PIPE AND FITTINGS ASSEMBLY A. Clean pipe and fittings thoroughly and buff connections with sandpaper to remove residue from pipe. B. Flux pipe and fitting and solder connection using "No -Lead" solder. 3.6 REMOTE CONTROL AND GATE VALVES A. Provide valves in accordance with materials list and size according to drawings. B. Install valves in a level position in accordance with manufacturer's specifications and per paragraph 3.3 (4.2). C. Center a plastic valve box over valve, flush with finish grade. Provide valve box extensions as required. D. Install 0.5 cubic feet washed pea gravel in bottom of valve box. 3.7 SPRINKLERS A. General: Provide in accordance with materials list, with nozzling in accordance with Drawings. Change nozzle degree and trajectory if wind conditions affect coverage. Receive approval from the Architect prior to any change. Install heads adjacent to walks and curbs two (4) inches clear of paving. Avoid excess water on walks, walls, fences, etc. Irrigation 39 02810 - 6 North Beach Street — Keller Hicks to Timberland City Project No. 01291 B. Lawn Pop-up Heads: Attach sprinklers to lateral piping with flexible PVC and schedule 80 fittings. Use solvent made especially for flexible PVC. Firmly tamp soil around base plate and leave head plumb. Set top of sprinkler %" above finish grade. Provide strainer in each head. Refer to drawing details. C. Rotary Heads: Attach to lateral piping with pre -manufactured Lasco swing joint assemblies and schedule 80 PVC. Refer to drawing details. 3.8 DRIP IRRIGATION A. Install drip control zone valve in accordance with manufacturer's recommendations. 1. Set pressure regulator at required pressure. B. Install headers and sub headers. Headers to be PVC Class 200. Maximum distance between headers to be 80'-0". C. Install flush valves and air relief valves as required by the manufacturer or as shown on the plans. Install flush valves and air relief valves per manufacturer's recommendations. In general, flush valves to be installed at the lowest point of the zone and air relief valves on the highest point of the zone. D. Thoroughly flush all headers before drip tubing is installed. E. Tubing to be staked at 4'-0" on center (minimum) along length of tubing. Use "u" pins specifically made for use with drip tubing. 3.9 QUICK COUPLING VALVES (QCV) A. Provide in accordance with materials list and as detailed on Drawings. Stake with galvanized pipe securely attached to QCV with two stainless steel worm gear clamps. Install with individual shut off valve. QVC and shut off valve to be installed in valve box with purple lid. 3.10 WIRING A. No conduit shall be required for U.F. wire, unless otherwise noted on Drawings. Tuck wire under piping. B. Make wire connections with waterproof non -hardening two-piece connectors according to manufacturer's recommendations. C. Provide a separate wire from controller to each electric valve. Provide a common neutral wire from controller to valves served by a particular controller. D. Provide 24-inch long wire coils at valves. E. Bundle wires together with waterproof electrical tape at ten -foot intervals. 3.11 TEMPERATURE SENSOR A. Exterior Controller: Securely mount sensor on bottom of controller, or if pedestal controllers are specified, mount sensor to the inside of the pedestal using stainless steel nuts, bolts and lock nuts. Secure bulb probe flat against outside of controller with nylon wire strip. Remove bracket usually supplied with unit and reuse bolts. Irrigation 39 02810 - 7 North Beach Street —Keller Hicks to timberland City Project No. 01291 B. Interior Controller: 1. Locate sensor probe in a location exposed to outside air temperature. Receive Architect's approval of location prior to installation. Seal opening with silicone sealant. 2. Provide electrical conduit for connection from sensor box to controller. Securely fasten conduit permanently to wall in manner appropriate for wall material. _ C. Use separate conduit or remote control valve wire conduit for sensor. Do not install in same conduit with 115V power supply. D. Locate as directed by Architect or Landscape Architect. 3.12 RAIN SENSOR A. Pedestal Mount Controller: Unless noted otherwise, securely attach rain gauge to top of 2" galvanized pipe 10' above grade and 2' below grade set in concrete. Locate sensor probe in a location exposed to outside rain conditions. Refer to drawing details. B. Wallmount Controller: Unless noted otherwise, securely attach rain gauge to top of building parapet or wall. Locate sensor probe in a location exposed to outside rain _ conditions. Refer to drawing details. C. Use separate conduit or remote control valve wire conduit for sensor. Do not install in same conduit with 115V power supply. D. Locate as directed by Architect or Landscape Architect. 3.13 TESTING A. Notify Architect to review work 48 hours prior to testing pipe and fittings for leaks. B. Test mains for a period of four (4) hours under static pressure. If leaks (or pressure drops) occur, correct defect and repeat test. 3.14 FINAL ADJUSTMENT A. Make final adjustments of sprinkler system prior to Architect's final inspection. B. Flush system by removing nozzles from heads. C. Adjust sprinklers for proper operation and proper alignment for direction of throw. D. Adjust each section for operating pressure and balance to other sections by use of flow adjustment on top of each valve. Correct operating pressure at last head of each section — 45 to 50 psi for rotary heads and 25 to 30 psi for spray heads. E. Adjust nozzling for proper coverage. Prevailing wind conditions or slopes may indicate that arc of angle or trajectory of spray should be other than as shown on drawings. Change nozzles to provide correct coverage. F. Provide all items as required by State of Texas laws and rules and all local codes and ordinances. Irrigation 39 02810 - 8 North Bench Street — Keller Nicks to Timberland City Project No. 01291 3.15 CLEANUP A. Keep premises clean and neat. END OF SECTION Irrigation 39 02810 - 9 North Beach Street —Keller Hicks to Timberland City Project No. 01291 SECTION 39 329300 PLANTS PART 1 - GENERAL 1.1 SCOPE A. Work Included: Excavation of plant pits. Furnish and install plant materials and related items. Finish grading of planted areas. Warranty and replacements. B. Related Work in Other Sections: Sprinkler Irrigation System in Section 02810 Lawns and Grasses in Section 02930 1.2 QUALITY ASSURANCE A. Reference Standards: 1. "Grades and Standards", latest edition, Texas Association of Nurserymen Specifications, Austin, Texas 78704. 2. "American Standard for Nursery Stock", 1980 Edition, American National Standards Insti- tute, Incorporated, (A.N.S.I. Z60-1-1980). 3. "Standardized Plant Names", 1942 Edition, American Joint Committee on Horticultural Nomenclature. B. Source - Quality Control: 1. Plants shall be subject to inspection and approval by Architect at place of growth and upon delivery for conformity to specifications. Such approval shall not impair the right of inspection and rejection during progress of the Work. Submit written request for inspec- tion of plant material at place of growth to Architect. For distant material, submit photo- graphs for pre -inspection review. Written request shall state the place of growth and quantity of plants to be inspected. Architect reserves right to refuse inspection at this time if, in his judgment, a sufficient quantity of plants is not available for inspection. 2. Substitutions of plant materials will not be permitted unless authorized in writing by Archi- tect. If proof is submitted that any plant specified is not obtainable, a proposal will be considered for use of the nearest equivalent size or variety with corresponding adjust- ment of Contract Price. Such proof shall be substantiated and submitted in writing to Ar- chitect at least thirty (30) days prior to start of Work under this Section. These provisions shall not relieve Contractor of the responsibility of obtaining specified materials in ad- vance if special growing conditions or other arrangements must be made in order to sup- ply specified materials. C. Inspections: Make written request for inspection after planting operations have been completed. Such inspections are to determine Substantial Completion or Final Acceptance. Submit written requests for inspections to the Architect at least seven (7) days prior to anticipated inspection date. 1.3 SUBMITTALS A. Furnish required copies of manufacturers' literature, samples, certifications, or laboratory analytical data for the following items: 1. Trees, Shrubs, Groundcovers and Ornamental grasses (samples and/or photographs). 2. Mulch (manufacturer's literature and sample). 3. Tree and Shrub Planting Fertilizer (certification or laboratory analytical data). 4. Topsoil - Imported or On Site Material (laboratory analytical data). 5. Organic Matter (laboratory analytical data). West Berry Street Improvements Fort Worth, TX PLANTS AND TREES Project No. P202050467 39 329300 - 1 7 November 2011 1.4 FINAL ACCEPTANCE: Work under this Section will be accepted by Architect upon satisfactory completion of all work, including maintenance, but exclusive of replacement of plant materials un- der the Warranty Period. Upon Final Acceptance, the Owner will assume responsibility for main- tenance of the Work. 1.5 WARRANTY PERIOD AND REPLACEMENTS A. Contractor shall warrant that all trees, shrubs, groundcovers, and ornamental grasses planted under this Contract will be healthy and in flourishing condition of active growth one year from date of Final Acceptance. B. Any delay in completion of planting operations which extends the planting into more than one planting season shall extend the Warranty Period correspondingly. C. Replace, without cost to Owner, and as soon as weather conditions permit, all dead plants and all plants not in vigorous, thriving condition, as determined by the Owner during and at the end of Warranty Period. Plants shall be free of dead or dying branches and branch tips, and shall bear foliage of a normal density, size and color. Replacements shall closely match adjacent speci- mens of the same species and shall be subject to all requirements of this specification. D. Contractor shall not be held responsible for failure due to neglect by Owner or vandalism, during Warranty Period. Report such conditions to the Architect in writing. 1.6 PROTECTION OF EXISTING PLANTS TO REMAIN A. Do not store materials or equipment, permit burning, or operate or park equipment under the branches of any existing plant to remain except as actually required for construction in those ar- eas. B. Provide barricades, fences or other barriers as necessary at the drip line to protect existing plants to remain from damage during construction. C. Notify Architect in any case where Contractor feels grading or other construction called for by Contract Documents may damage existing plants to remain. D. If existing plants to remain are damaged during construction, Contractor shall replace such plants of the same species and size as those damaged at no cost to Owner. Determination of extent of damage and value of damaged plant shall rest solely with Architect. PART 2 - MATERIALS 2.1 PLANTS A. Plants shall be nursery grown in accordance with good horticultural practices under climatic con- ditions similar to those of project for at least two years unless specifically otherwise authorized by Architect in writing. Unless specifically noted otherwise, all plants shall be exceptionally heavy, symmetrical, tightly knit, so trained or favored in development and appearance as to be superior in form, number of branches, compactness and symmetry. B. Plants shall be sound, healthy and vigorous, well branched and densely foliated when in leaf. They shall be free of disease, insect pests, eggs, or larvae, and shall have healthy, well devel- oped root systems. They shall be free from physical damage or adverse conditions that would prevent thriving growth. C. Plants shall be true to species and variety and shall conform to measurements specified except that plants larger than specified may be used if approved by Architect. Use of such plants shall not increase Contract price. If larger plants are approved, the ball of earth or container size shall be increased as specified under "Applicable Standards" and subject to the approval of the Archi- tect. D. Plants shall be measured when branches are in their normal position. Height and spread dimen- sions specified refer to main body of plant and not branch tip to tip. Caliper measurement shall be taken at a point on the trunk six (60) inches above natural ground line for trees up to four (4") inches in caliper and at a point twelve (12") inches above the natural ground line for trees over four (4") inches in caliper. The measurements specified are the minimum size acceptable and are the measurements after pruning, where pruning is required. Plants that meet the measure - West Berry Street Improvements Fort Worth, TX PLANTS AND TREES Project No. P202050467 39 329300 - 2 7 November 2011 ments specified, but do not possess a normal balance between height and spread shall be re- jected. E. Container stock, when specified, shall have grown in the containers in which delivered for at least six (6) months, but not over two (2) years. Samples must prove no rootbound conditions exist. No container plants that have cracked or broken balls of earth when taken from container shall be planted except upon special approval by Architect. Container stock shall not be pruned before delivery. Field grown plants recently transplanted into containers will not be accepted. F. Trees which have damaged or crooked leaders, or multiple leaders, unless specified, will be re- jected. Trees with abrasions of the bark, sunscalds, disfiguring knots, or fresh cuts of limbs over three-quarter (3/4") inch which have not completely callused, will be rejected. G. Balled and Burlapped trees, when accepted, shall have a root ball size of ten (10x) times the cali- per. H. Nursery grown B&B material shall be pruned and thinned at the place of growth immediately prior to digging as required for packaging and safe moving. Method of pruning shall be as approved in the field by the Architect. Do not remove self-locking tags during this pruning prior to delivery to site. 2.2 IMPORTED TOPSOIL: General Qualifications: Topsoil shall be considered as "on site" and/or imported material conforming to the following minimum criteria: A. Natural, friable, loamy soil, typical of local topsoil which produces heavy vegetative growth, free from subsoil, weeds, sods, stiff clay, stones larger than one (1" ) inch, toxic substances, debris, or other substances which maybe harmful to plant growth. Do not deliver in muddy condition. B. Acidity/Alkalinity - pH 6.0 to pH 7.5. C. All topsoil shall be free from all herbicides and insecticides which might adversely affect subse- quent growth of turf of planting or which might otherwise contain materials toxic to humans and pets. D. It shall be the Contractor's responsibility to verify that the existing topsoil conforms to these speci- fications. Topsoil determined to be non -conforming subsequent to the award of contract shall not be means for extra compensation unless otherwise provided for herein. 2.3 COMMERCIAL FERTILIZERS A. Pre -Plant Fertilizers: Shall consist of the following percent by weight and shall be mixed by a commercial fertilizer supplier. 6% Nitrogen 20% Phosphorus 20% Potash B. Tree Planting Fertilizer: Agriform 20-10-5 formula 21 gram tablet. 2.4 ORGANIC MATTER: A total organic, aerobically composted humus containing manures, cot- ton seed meal, wheat straw, hardwood shavings, and other valuable organic components. Or- ganic matter shall have excellent air porosity, water holding capacity and drainage, optimum cation exchange capacity, it free of weeds, weed seeds, and insect pests. 2.05 6% Nitrogen 20% Phosphorus 20% Potash B. Topdress Fertilizer: Complete fertilizer, fifty (50%) percent of the nitrogen to be derived from or- ganic sources or urea -form. Available phosphoric acid shall be from super phosphate, bone or tankage. Potash shall be derived from potassium sulfate containing sixty (60%) percent potash. C. Tree Planting Fertilizer: Agriform 20-10-5 formula 21 gram tablet. 2.5 MULCH: Fine shredded hardwood mulch. The mulch shall be free of debris, large sticks, leaves of deciduous trees and other foreign material. 2.6 INSPECTION TUBES: Shall be SDR PVC drainage pipe, four (4") inches, perforated and gray. West Berry Street Improvements Fort Worth, TX PLANTS AND TREES Project No. P202050467 39 329300 - 3 7 November 2011 2.7 PROTECTIVE COLLARS: Shall be "Arbor Guard" as manufactured by American Excelsior. 2.8 PLANTING MIX: Shall be thoroughly mixed in the following proportions: 50% Existing soil 50% Organic matter 2.9 TREE STAKING MATERIALS A. Tree Stakes: Steel T-Post 7' long, weighing 1.33# per foot. B. Ties: 3/4" I.D. black rubber hose with 3/16" wall thickness. C. Wire: Two strands of #12 gauge galvanized annealed solid wire. 2.10 PESTICIDES: The use of any insecticides or herbicides will be permitted only with prior written approval of the Architect. PART 3 - EXECUTION 3.1 LAYOUT AND EXCAVATION OF PLANTING A. Layout plants in locations shown on Drawings. Use wire stakes color -coded for each species of plant material. Stake location of each tree. B. Architect will check location of plants in the field and shall adjust to exact position before planting begins. 3.2 EXCAVATION TO SUBGRADE FOR PLANTING AREAS AND VERIFICATION OF FINISHED GRADE A. Excavate all planting areas (pits and beds) to required depth as hereinafter specified and if ac- ceptable, stockpile for planting mix. B. Subsoil shall not be worked when moisture content is so great that excessive compaction will oc- cur, nor when it is so dry that clods will not break readily. Water shall be applied, if necessary, to bring soil to an optimum moisture content for tilling and planting. C. Excavate tree pits to 24" wider than rootball diameter. D. Excavate vine pits 12" wider than rootball diameter. E. Rip or cultivate subgrade in pits and beds to a depth of three (4") inches. 3.3 DRAINAGE, DETRIMENTAL SOILS AND OBSTRUCTIONS A. Test drainage of pits by filling with water twice in succession. Conditions permitting the retention of water in planting pits for more than twenty four (24) hours or percolation of less than one (1 ") inch per hour shall be brought to the attention of the Owner. B. Notify the Architect in writing of all soil or drainage conditions Contractor considers detrimental to growth of plant material. C. If rock, hardpan, underground construction work, tree roots or other obstructions are encountered in the excavation of plant pits, alternate locations may be selected by Architect. Where locations cannot be changed, submit cost required to remove the obstructions to a depth of not less than six (6") inches below the required pit or bed depth. Proceed with work after approval. 3.4 PREPARING PLANT MATERIALS FOR PLANTING A. Do not lift or handle container plants by tops, stems, or trunks at any time. B. Do not bind or handle any plant with wire or rope at any time so as to damage bark or break branches. Lift and handle plants only from bottom of bait. C. Ball and burlap (B&B) plants shall have firm balls of earth. Plants moved with a ball will not be accepted if the bail is cracked or broken before or during planting operations. B&B material shall be dug only when dormant. Pre -dug stored B&B material shall be inspected and approved at the storage site. West Berry Street Improvements Fort Worth, TX PLANTS AND TREES Project No. P202050467 39 329300 - 4 7 November 2011 D. At Contractor's option and expense, spray all evergreen or deciduous plant material in full leaf immediately before digging with antidessicant, applying an adequate film over trunks, branches, twigs, and foliage. 3.5 INSTALLATION OF PIT PLANTED MATERIAL A. Set plant so root ball rests on undisturbed subgrade or compacted plant mix and top of root ball is two (2") inches above finished grade. B. Install PVC pipe (inspection tube) in tree pits, vertically, at edge of pit as shown. C. Scarify the walls and bottom of all plant pits immediately prior to the placement of plant and back - fill mix. The Contractor shall remove all glazing caused by an auger or mechanical hole digger. D. For boxed material, break vertical bands and remove top and bottom of container. Carefully lower plant into pit with backhoe or approved method and adjust elevation. Cut horizontal bands and remove sides. Prune away girdled roots and tease root hair masses. Carefully fill pit and compact by watering in to support root ball. E. Place B&B plants carefully in the prepared planting pit. Do not disturb root ball or untie twine or roping until backfill settlement is complete and tree is staked, if applicable. Fill planting pit by flooding each eight (8") inches of backfill for balls greater than twenty four (24") inch diameter. F. Place Agriform tablets evenly distributed in plant pits when backfilled two-thirds (2/3) at the rate of one (1) tablet per one-half (1/2") inch caliper or one (1') foot of height, whichever is less. G. Smooth planted areas to conform to specified grades after full settlement has occurred. Contrac- tor shall bear final responsibility for proper surface drainage of planted areas. Any discrepancy in the drawings or specifications, obstructions on the site, or prior work done by another party which Contractor feels precludes establishing proper drainage, shall be brought to the attention of the Architect in writing. H. Form saucer with three (3") inch high berm around trees twenty four (24") inches wider than ball diameter. I. Water all plants immediately again after planting. J. Spread mulch in required areas to the compacted depth of two (2") inches. 3.6 SURFACE DRAINAGE OF PLANTING AREAS: Contractor shall bear final responsibility for proper surface drainage of planted areas. Any discrepancy in the drawings or specifications, ob- structions on the site, or prior work done by another party which Contractor feels precludes estab- lishing proper drainage, shall be brought to the attention of Architect in writing for correction or re- lief of said responsibility. 3.7 PRUNING A. Prune containerized plants only at time of planting and according to standard horticultural practice to preserve the natural character of the plant. Prune by removing entangled branching and by removing crotches. Avoid removing branch tips wherever possible. Pruning to be done under supervision of the Architect. B. Remove all dead wood, suckers, and broken or badly bruised branches. Use only clean, sharp tools. C. Prune B&B material in addition to place of growth as may be directed by Architect by removing a percentage of interior branching proportional to the root loss during digging (up to 1/3). 3.8 STAKING A. Staking of trees is to be used by the Contractor, who will be responsible for material remaining plumb and straight for all given conditions through the guarantee period B. Staking shall be completed immediately after planting. Plants shall stand plumb after staking. C. Stake all trees with two (2) steel T-posts, 7' (seven feet) long. D. Locate first stake on prevailing windward side of tree and as close to the rootball as is practical, avoiding root injury. Stakes shall be driven at least eighteen (18") inches into firm ground. E. Tie tree to stake using approved tree tie. Tie shall be located midway within tree crown or at a location approximately two-thirds (2/3) of the overall height of the tree. Locate tie just above ma- jor side branch in order to deter slippage of tie. West Berry Street Improvements Fort Worth, TX PLANTS AND TREES Project No. P202050467 39 329300 - 5 7 November 2011 F. Locate second stake opposite first. Secure with one tie opposite upper tie at first stake. G. Auxiliary stem stakes shipped with trees shall be removed after shipping. t 3.9 CLEAN UP: Clean up all areas as required for complete and acceptable inspection. 3.10 INSPECTIONS A. Make written request for inspection after planting operations are completed. B. Submit requests for inspections to the Owner at least two (2) days prior to anticipated inspection date. END OF SECTION West Berry Street Improvements Fort Worth, TX PLANTS AND TREES Project No. P202050467 39 329300 - 6 7 November 2011 SECTION 39 329100 PLANTING PREPARATION PART 1 GENERAL 1.1 SCOPE: A. Work Included: Furnish components of the planting mediums. Testing and/or certifications of components. Mixing of planting mediums. Transporting mediums as required. Machinery and loading restrictions. B. Related Work in Other Sections: The following items of associated work are included in other Sections of these Specifications: Shop Drawings, Product Data and Samples in Section 01340 Landscape Grading in Section 02215 Sprinkler Irrigation in Section 02810 Lawns in Section 02930 Trees, Shrubs, Grasses, and Groundcovers in Section 02950 1.2 QUALITY ASSURANCE: A. Certificates of Inspection: Certificates of inspection required for transportation shall accompany invoice for each shipment of materials. B. Testing: 1. All soil components shall be tested by the following testing laboratory, or approved laboratory, for conformity to the specifications: Pope Testing Laboratories, Inc. P.O. Box 903 Dallas, Texas 75221 214-742-8491 2. If herbicide contamination is suspected, then a radish/rye grass growth trial must be performed. 3. For delivered material, test one grab sample for each fifty (50) cubic yards of bulk material delivered to the site. 4. Initial testing will be at the expense of Owner. Any additional tests will be at the expense of Contractor. 5. Deviations greater than plus or minus ten (10%) percent from control data may be grounds for rejection of mixes tested. Non -conforming materials shall not be used. Materials which do not conform to standards specified herein shall be removed from the site. West Berry Street Improvements Fort Worth, TX PLANTING PREPARATION Project No. P202050467 39 329100 - 1 7 November 2011 1.3 SUBMITTALS: (REFER ALSO TO SECTION 01300) A. Furnish copies of manufacturer's literature, certifications, sources, samples, or laboratory analytical data for the following items: 1. Soil Amendments. 2. Topsoil. 3. Organic Matter. 4. Sand. 5. Mulch. PART 2 MATERIALS 2.1 TOPSOIL: A. General Qualifications: Topsoil shall be considered as "on site" and/or imported material conforming to the following criteria: 1. Natural, friable, loamy soil, typical of local topsoil which produces heavy vegetative growth, free from subsoil, weeds, sods, stiff clay, stones larger than one (1 "0 inch, toxic substances, debris, or other substances which may be harmful to plant growth. Do not deliver or spread in muddy condition. 2. All topsoil shall be free from all herbicides and insecticides which might adversely affect subsequent growth of turf and plantings or which might otherwise contain materials toxic to humans and pets. B. Chemistry - Suitability Considerations: 1. Salinity: Water Soluble Salts less than 3000 lbs./acre. 2. Sodium: Less the 1500 lbs./acre. 3. Reaction: pH of Saturated Paste: 5.5 - 7.5. C. Pests: The population of any single species of plant pathogenic nematode: Fewer than 500 per pint of soil. D. Fertility Considerations: Soil to contain sufficient quantities of available nitrogen, phosphorus, potassium, calcium, and magnesium to support normal plant growth. In the event of nutrient inadequacies, provisions shall be made to add required materials to overcome inadequacies prior to nlantinq. E. Source of above shall be approved and conformity of material shall be laboratory verified for each 100 cubic yards of material delivered to the site. F. Conformity: It shall be the Contractor's responsibility to verify that the existing topsoil _. conforms to these specifications. Topsoil determined to be non -conforming subsequent to the award of a contract shall not be means for extra compensation unless otherwise provided for herein. It is the intent that the existing topsoil be used, and that it can meet West Berry Street Improvements Fort Worth, TX PLANTING PREPARATION Project No. P202050467 39 329100 - 2 7 November 2011 the requirements of this section, possibly needing chemical amendments (additives) in accordance with Section 02920, Par. 2.3. 2.2 ORGANIC MATTER: A totally organic, aerobically composted humus containing manure, cotton seed meal, wheat straw, hardwood shavings, and other valuable organic components. Organic matter shall have excellent air porosity, water holding capacity and drainage, optimum cation exchange capacity, is free of weeds, weed seeds, and insect pests. Reaction (pH) - shall be between 6.0 and 7.0. 2.3 CHEMICAL ADDITIVES: The following soil components listed may have a particular application specified within this Section. Some of the soil components included shall be applied at rates determined by the soil tests called for under other paragraphs of this Section or as a result of soil tests. Some of the components may not be required by the soils test. A. Ground Limestone: Agricultural limestone containing not less than eighty five (85%) percent of total carbonates, ground to such fineness that fifty (50%) percent will pass a 100 mesh sieve and ninety (90%) percent will pass a 20 mesh sieve. B. Dolomite Lime: Agricultural grade mineral soil conditioner containing thirty five (35%) percent minimum magnesium carbonate and forty nine (49%) percent minimum calcium carbonate, 100 percent passing #65 sieve. Kaiser Dolomite 65 AG or approved equal. C. Gypsum: Agricultural grade product containing eighty (80%) percent minimum calcium sulfate. D. Iron Sulfate (Ferric or Ferrous): Shall contain thirty (30%) to thirty five (35%) percent iron, thirty five (35%) to forty (40%) percent sulfur and be supplied by a commercial fertilizer supplier. E. Sulfate of Potash: Agricultural grade containing fifty (50%) percent to fifty three (53%) percent of water soluble potash. F. Single Superphosphate: Commercial product containing nineteen (19%) to twenty (20%) percent available phosphoric acid. G. Ammonium Sulfate: Commercial product containing approximately twenty one (21%) percent ammonia. H. Ammonium Nitrate: Commercial product containing approximately thirty four (34%) percent ammonia. Calcium Nitrate: Agricultural grade containing fifteen and one-half (15 1/2%) percent nitrogen. Urea Formaldehyde: Commercial product containing thirty eight (38%) percent nitrogen. K. I.B.D.U. (Iso Butyldiene Diurea): Commercial product containing thirty one (31%) percent nitrogen. L. Soil Sulfur: Agricultural grade sulfur containing a minimum of ninety six (96%) percent sulfur. West Berry Street Improvements Fort Worth, TX PLANTING PREPARATION Project No. P202050467 39 329100 - 3 7 November 2011 M. Iron Chelate Micronutrient: Sequestrene - 330 Fe; 0-0-0; ten (10%) percent Fe; Ciba- Geigy Company. 2.4 PLANTING MIX: Shall be thoroughly mixed in the following proportions: 50% Existing Soil 50% Organic Matter Chemical Additives - (Rates and application to be determined by soil tests). pH shall be maintained at 6.5 to 7.5. PART 3 EXECUTION 3.1 MIXING: Thoroughly mix existing soil, organic matter, amendments and chemical additives prior to backfilling tree and shrub pits. 3.2 PLACEMENT OF MIX: A. Architect reserves the right to take and have a Soils Testing Laboratory analyze soil samples at the site. Samples not conforming to the Specifications shall be immediately removed from the site. Replacements shall be subject again to all requirements of this Section. B. Contractor shall bear final responsibility for proper surface drainage of planted areas. Any discrepancy in the Drawings or Specifications, obstructions on the site, or prior work done by another party, which Contractor feels precludes establishing proper drainage shall be brought to the attention of Architect in writing for correction or relief of said responsibility. C. The Contractor shall keep in storage, at his own expense, sufficient quantities of mix components to repair any settling or to adjust grades throughout the warranty period. END OF SECTION - 02920 West Berry Street Improvements Fort Worth, TX PLANTING PREPARATION Project No. P202050467 39 329100 - 4 7 November 2011 SECTION 39 329119 LANDSCAPE GRADING PART 1 GENERAL 1.1 SCOPE: A. Work Included: Machinery restrictions. - Subgrade preparation and spreading of topsoil. Finished grading. Prevention of excessive weed growth in lawns. B. Related Work in Other Sections: Sprinkler Irrigation Systems in Section 02810 Soil Preparation in Section 02920 Lawns in Section 02930 Trees, Shrubs, Ornamental Grasses and Groundcovers in Section 02950 1.2 GENERAL PROVISIONS: A. Landscape grading shall be defined as placing and grading of additional soil that will be required to bring the grade to the required grades for lawns, shrub, ornamental grass, and groundcover beds. B. Additional fill materials shall generally be defined as topsoil as specified herein unless otherwise specified. C. Where practicable and as directed, the use of heavy machinery shall be kept to a minimum. PART 2 MATERIALS 2.1 FILL: General Qualifications: Fill shall be a clean, dry soil of a loamy character, well drained,and well graded with a plasticity index between 8 and 15. Fill material shall contain no oils, alkalies, acids, rubbish or other deleterious materials. The pH shall be similar to the approved topsoil. 2.2 TOPSOIL: Topsoil material that may be required for finish grading operations shall conform to the requirements of Section 02920, par 2.1. 2.3 SAND: _ Shall be "Sharp Sand" to A.S.T.M. C-33. Sample shall be submitted for approval. Sand shall not be permitted for fill purposes if the depth exceeds two (2") inches to achieve the finished grade. West Berry Street Improvements Fort Worth, TX LANDSCAPE GRADING Project No. P202050467 39 329119 - 1 7 November 2011 PART 3 EXECUTION 3.1 WORKMANSHIP: Work shall be performed by personnel trained and experienced in this work and shall be done under the direction of a superintendent on Contractor's staff. 3.2 PREPARATION OF SUBGRADE AND SPREADING OF TOPSOIL: A. The subgrade soil shall be loosened to a depth of four (6") inches and graded to remove all ridges and depressions so that it will be everywhere paralleled to proposed finished grade. All stones over one and one-half (1 1/2") inches in any dimension, sticks, rubbish and other extraneous matter shall be removed during this operation. No heavy objects except rollers shall be moved over lawn areas after the subgrade soil has been prepared before topsoil is spread. B. After the subgrade soil has been prepared, imported topsoil or topsoil from the stockpile areas shall be spread evenly therein to a depth of two (2") inches by an approved method and the area then rolled with a 200 pound roller. No topsoil shall be spread in a frozen or muddy condition. C. On all grass areas, the finished surface of the topsoil shall conform to the finished grade and shall be free from hollows or other inequalities, stones, sticks, and other extraneous matter. 3.3 FINISH GRADING: A. In areas to receive lawns, the Contractor shall till, disc, or otherwise scarify the soil, removing all clods, stones, and related material one (1") inch or larger. Place and spread any additional material that may be required. Roll completely. B. The Contractor shall be responsible for minor adjustments to the finished subgrade if such treatment is required in the opinion of the Architect. C. The Contractor may use machinery acceptable to the Architect to complete most of the work to re-establishing finished grade with the exception of under the driplines of trees in which case the grading shall be performed by hand. No re -grading of soil under existing trees is allowed unless called out on the Landscape Plans and/or approved by the Architect. D. During the finished grading operations, all swales and additional swales that may be required to drain areas where there are existing plant materials, shall be finished. In general, all grade adjustments shall be made so there are no areas that will have standing water. E. To prevent excessive weed growth in the lawn areas, the Contractor should be prepared to immediately install the sod upon the completed and acceptable finished grade. END OF SECTION 02215 West Berry Street Improvements Fort Worth, TX LANDSCAPE GRADING Project No. P202050467 39 329119 - 2 7 November 2011 SECTION 39 329200 TURF AND GRASSES PART 1 GENERAL 1.1 SCOPE A. Work Included: Furnishing and applying hydromulch. Furnishing and installing sod. Topdressing of existing grade under existing trees. Site clean up. Maintenance and guarantee. B. Related Work in Other Sections: Sprinkler Irrigation System in Section 02810 Trees, Shrubs and Groundcovers in Section 02950 1.2 QUALITY ASSURANCE A. Source 1. Seed: The Architect shall be furnished a signed copy of statement from vendor, certifying that each container of seed delivered is labeled in accordance with the Federal Seed Act and is at least equal to requirements previously specified. Seed analysis shall be furnished prior to commencement of planting operations. Each lot of seed may be resampled and retested in accordance with latest Rules and Regulations under the Federal Seed Act at the discretion of the Architect. If these tests reveal the seed to be below the specified pure live seed content, the Contractor shall be required to plant additional seed to compensate for the defi ciency at no additional cost to the Owner. The seed retests will be conducted by the State Seed Laboratory. Allowance will be made for the actual pure live seed content of the specified grasses in determining the actual planting rate. 2. Sod: Shall be subject to inspection and approval by Architect at the site upon delivery for conformity to specifications. Such approval shall not im- pair the right of inspection and rejection during progress of the work. The Architect reserves right to refuse inspection at this time if, in his judgment, a sufficient quantity of sod is not available for inspection. B. Inspections: 1. Make written request for inspection after seeding and sodding operations have been completed. Such inspection is for the purpose of establishing the Maintenance Period. 2. Submit written requests for inspections to the Architect at least seven (7) days prior to anticipated inspection date. 1.3 SUBMITTALS A. Furnish required copies of manufacturer's literature, certifications, or laboratory analyti- cal data for the following items: 1. Sod / Seed Source. (Certification) 2. Fiber Mulch. (Laboratory Analytical Data) 3. Tank Mix Fertilizer. (Certification or Laboratory Analytical Data) 4. Eroison Control Fabric. 5. Topdress Fertilizer. (Certification) West Berry Street Improvements Fort Worth, TX TURF AND GRASSES Project No. P202050467 39 329200 - 1 7 November 2011 1.4 FINAL ACCEPTANCE A. Work under this Section will be accepted by Architect upon satisfactory completion of all work, but exclusive of re -application under the Guarantee Period. Final Acceptance of lawn establishment shall be as follows: 1. For Sod: Complete lush cover with no brown sections or cracks showing within 30 days of installation. Sod shall have established to the extent that satisfactory capillary action between the sod and soil has been established. 2. For Seed: Ninety-five (95%) percent uniform coverage of grass in excess of one (1") inch height within 30 days of application. No bare spots of greater than two (2) square feet will be accepted. 3. The Architect and/or Owner shall interpret the above. Upon Final Acceptance, the Owner will assume the responsibility for maintenance of the work. 1.5 WARRANTY PERIOD AND REPLACEMENTS A. Contractor shall warrrant that all grasses planted under the Contract will be healthy and in flourishing conditions of active growth one year from date of Final Acceptance. B. Any delay in completion of planting operations which extends the planting into more than one planting season shall extend the Warranty Period correspondingly. C. Replace, without cost to Owner, and as soon as weather conditions permit, all dead turf and all turf not in vigorous, thriving condition, as determined by the Owner during and at the end of the Warranty Period. Replacements shall be subject to all requirements of this specification. D. Contractor shall not be held responsible for failure due to neglect by Owner or vandalism, during Warranty Period. Report such conditions to the Architect in writing. 1.6 PROTECTION OF (ADJACENT) EXISTING LAWNS TO REMAIN A. Do not store materials or equipment, permit burning, or operate or park equipment on ex- isting lawn areas to remain except as actually required for construction in those areas. B. Provide barricades, fences or other barriers as necessary to protect existing lawns to re- main from damage during construction. C. Notify Architect in any case where Contractor feels grading or other construction called for by Contract Documents may damage existing lawns to remain. D. If existing lawn areas to remain are damaged during construction, Contractor shall re- place such lawn areas of the same quality as those damaged at no cost to Owner. De- termination of extent of damage and value of damaged lawns shall rest solely with Archi- tect. 1.7 CLEAN UP Keep all areas of work clean, neat, and orderly at all times. Keep all paved areas clean during lawn installation operations. Clean up and remove all deleterious materials and debris from the entire work area prior to Final Acceptance to the satisfaction of Architect. PART 2 MATERIALS 2.1 SEED A. All seed used shall be labeled in accordance with U.S. Department of Agriculture Rules and Regulations under the Federal Seed Act. All seed shall be furnished in sealed standard containers unless exception is granted in writing by the Architect. Seed which has become wet, moldy, or otherwise damaged in transit or in storage will not be acceptable. The minimum percentage by weight of pure live seed in each lot of seed shall be as follows and seed shall be planted at the rate per acre indicated under pure live seed required per acre. West Berry Street Improvements Fort Worth, TX TURF AND GRASSES Project No. P202050467 39 329200 - 2 7 November 2011 Pounds Pure Live Seed Minimum % Pure Live Required Kind of Seed Seed Required Per Acre SUMMER APPLICATION MAY 1 TO AUGUST 1. Sun Mix Blue Grama 85% 20 Side Oats Grama 85% 14 Virginia Wild Rye 85% 20 Prairie Wild Rye 85% 20 Shade Mix Inland Sea Oats 85% 24 Side Oats Grama 85% 14 Virginia Wild Rye 85% 20 Prairie Wild Rye 85% 20 WINTER APPLICATION AUGUST 1 TO APRIL 30 Cereal Rye Grain 85% 200 SOD Buffalo Sod Note: % Pure Live Seed = % Purity X % Germination Weed seed shall not exceed ten (10%) percent by weight of the total of pure live seed and other material in the mixture. Johnson grass, nut grass, or other noxious weed seed will not be al- lowed. 2.2 FERTILIZER FOR TANK MIX A. Shall be 13-13-13 grade, pelleted, uniform in composition, free -flowing, and suitable for application with approved equipment. The fertilizer shall be delivered to the site in bags or other convenient containers, each fully labeled, conforming to the applicable State fer- tilizer laws, and bearing the name or trademark and warranty of the producer. 2.3 FIBER MULCH A. Fiber mulch, for use with the hydraulic application of grass seed and fertilizer, shall consist of specially prepared mulch. It shall be processed in such a manner that it will not contain germination or growth inhibiting factors. It shall be dyed an appropriate color to allow visual metering of its application. The mulch shall have the property of becoming evenly dispersed and suspended when agitated in water. When sprayed uniformly on the surface of the soil, the fibers shall form a blotter -like groundcover which readily absorbs water and allows infiltration to the underlying soil. Weight specifications from suppliers for all applications shall refer only to air dry weight of the fiber, a standard equivalent to eighteen (18%) percent moisture. The mulch material shall be supplied in packages West Berry Street Improvements Fort Worth, TX TURF AND GRASSES Project No. P202050467 39 329200 - 3 7 November 2011 having a gross weight not in excess of 100 pounds and be marked by the manufacturer to show the dry weight content. Suppliers shall be prepared to certify that laboratory and field testing of their product has been accomplished and that it meets all of the foregoing requirements. 2.4 WATER A. Shall be free from oil, acid, alkali, salt, and other substances harmful to growth of grass. The water source shall be subject to approval prior to use. 2.5 SLURRY MIX COMPONENTS PER ACRE: Fiber Mulch ................. 2,000 Pounds GrassSeed---------------•-----------.....---------•...---•--...--••------_.....------................. (As Specified) Fertilizer (13-13-13).........---•--....--••••••-•.......•-•....................................•----• 800 Pounds 2.6 SOD A. One year old, Buffalo grass. Sod shall be dense with the grass having been mowed at two (2") inch height before lifting from field. All grown on fumigated soil. Sod shall be in vigorous condition, dark green in color, free of disease and harmful insects. Do not stack for more than twenty four (24) hours between time of cutting and time of delivery. Architect reserves the right to reject any sod deemed unacceptable for instal- lation. 2.7 TOPDRESS FERTILIZER A. (Delayed Application) Complete fertilizer, fifty (50%) percent of the nitrogen to be derived from natural organic sources or urea -form. Available phosphoric acid shall be from superphosphate, bone, or tankage. Potash shall be derived from muriate of potash containing sixty (60%) percent potash: 16% Nitrogen 6% Phosphoric Acid 8% Potash PART 3 EXECUTION 3.1 PREPARATION OF FINISHED GRADE A. The contractor shall mow any existing lawns within the area designated to a height of one (1 ") inch, removing all clippings from the lawn surface. B. Dead grass, existing clippings. leaves, and related material shall be removed from the ex- isting grass areas with an approved thatching machine. Care shall be exercised in not cutting too deep so as not to damage tree feeder roots and removing excess lawn rhi- zomes. C. Where required to fill low spots and to make the new finished grade even, the Contractor shall apply the topdress material to the surface as required by the Drawings or as di- rected by the Architect. The material shall be spread in a manner (by hand) as to blend all topdress areas with the existing grade. D. Roll the entire area with a 300 pound roller. Provide additional topdressing material if re- quired and roll surface again. E. Immediately after the finished grade has been approved, sod the area as specified hereinafter. 3.2 HYDROMULCH SEEDING ON PREPARED FINISHED GRADE: A. Bed Preparation: Immediately after the finished grade has been approved, begin hy- droseeding operation to reduce excessive weed growth. West Berry Street Improvements Fort Worth, TX TURF AND GRASSES Project No. P202050467 39 329200 - 4 7 November 2011 B. Special Mulching Equipment and Procedures: Hydraulic equipment used for the applica- tion of fertilizer, seed, and slurry of prepared wood fiber mulch shall have a built-in agita- tion system with an operating capacity sufficient to agitate, suspend, and homogeneously mix a slurry containing up to forty (40) pounds of fiber plus a combined total of seventy (70) pounds of fertilizer solids for each one hundred (100) gallons of water. The slurry distribution lines shall be large enough to prevent stoppage. The discharge line shall be equipped with a set of hydraulic spray nozzles which provide even distribution of the slurry on the slopes to be seeded. The slurry tank shall have a minimum capacity of eight hundred (800) gallons and shall be mounted on a traveling unit which may be either self-propelled or drawn with a separate unit which will place the slurry tank and spray nozzles within sufficient proximity to the areas to be seeded so as to provide uniform dis- tribution without waste. The Architect may authorize equipment with smaller tank capac- ity provided that the equipment has the necessary agitation system and sufficient pump capacity to spray the slurry in a uniform coat. C. Mixing: Care shall be taken that the slurry preparation takes place on the site of the work. The slurry preparation should begin by adding water to the tank when the engine is at half throttle. When the water level has reached the height of the agitator shaft, good recirculation shall be established and seed shall be added. Fertilizer shall then be added, followed by wood pulp mulch. The wood pulp mulch shall only be added to the mixture after the seed and when the tank is at least one-third filled with water. The engine throttle shall be opened to full speed when the tank is half filled with water. All the wood pulp mulch shall be added by the time the tank is two-thirds to three -fourths full. Spraying shall commence immediately when the tank is full. The operator shall spry the area with a uniform, visible coat by using the green color of the wood pulp as a guide. D. Application: 1. Contractor shall obtain approval of hydromulch area preparation from the Archi- tect prior to application. 2. Operators of hydromulching equipment shall be thoroughly experienced in this type of application. Apply specified slurry mix in a motion to form a uniform mat at specified rate. 3. Keep hydromulch within areas designated and keep from contact with other plant material. 4. Slurry mixture which has not been applied within four (4) hours of mixing shall not be used and shall be removed from the site. 5. After application, the Contractor shall not operate any equipment over the cov- ered area. 6. Immediately after application, thoroughly wash off any plant material, planting ar- eas, or paved areas not intended to receive slurry mix. Keep all paved and plant- ing areas clean during maintenance operations. E. Unseeded Areas: If, in the opinion of the Architect, unplanted skips and areas are noted after hydromulching, the Contractor shall be required to seed the unplanted areas with Y the grasses that were to have been planted at no additional cost to the Owner. 3.3 RE -SEEDING AFTER WINTER SEASON LAWN APPLICATION: If the hydroseeded lawn is ap- plied utilizing the "Winter" seed specification, it is this Contractors responsibility to overseed all project areas during the spring immediately following initial application. The Cereal Rye is to be mowed to within 1" of existing grade and then tilled under to provide nutrients to soil. Contractor shall then follow the steps listed above to achieve the appropriate planting bed for the new seed. The Contractor shall be required to seed the project areas with the "Summer" seed originally specified. This work is to be done at no additional cost to the Owner. 3.4 INSTALLATION OF SOD ON PREPARED FINISHED GRADE A. Bed Preparation: Broadcast the following materials per 1,000 square feet of area and incorporate into top six (6") inches: West Berry Street Improvements Fort Worth, TX TURF AND GRASSES Project No. P202050467 39 329200 - 5 7 November 2011 10 Pounds Treble Superphosphate 0-45-0 15 Pounds Sulfate of Potash 0-0-52 10 Pounds Epsom Salts Minimum 9% Magnesium (Where topsoil strippings are used, add the following to the above) 30 Pounds Urea Formaldehyde 38-0-0 B. Installation: 1. Lay sod so that adjacent strips butt tightly with no spaces between strips. Lay sod on mounds and slopes with strips parallel to contours. Stagger joints. Sodded areas shall be flush with adjoining seeded areas. 2. All sod shall be laid green side up. 3. Tamp and Roll sod thoroughly to make contact with sod bed. 4. Peg sod on slopes three to one (3:1) or steeper with pegs driven through sod into soil until pegs are flush with turf. Space pegs eighteen (18") inches on center. Pegs to be one (1') inch square by six (6") inches Pine or six (6") inch lengths of lath. 5. Water sod thoroughly immediately after installation. 6. Immediately after installation of the sod, remove sod clumps and soil, wash off any plant materials and pavements not to have sod. Keep all areas clean during the maintenance period. 3.5 INSPECTIONS A. Make written request for inspection prior to seeding/sodding and after areas have been seeded/sodded. B. Submit requests for inspections to Architect at least two (2) days prior to anticipated in- spection date. END OF SECTION West Berry Street Improvements Fort Worth, TX TURF AND GRASSES Project No. P202050467 39 329200 - 6 7 November 2011 i APPENDIX i GC-4.01 Availability of Lands N/A i GC-4.02 Subsurface and Physical Conditions Geotechnical Study — Berry Street Beach location — Phase H. GC-4.04 Underground Facilities Refer to subsurface utility engineering plans in construction document GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities N/A GC-6.24 Nondiscrimination i None GR-01 60 00 Product Requirements Wka 1. North Central Texas Council of Governments (NCTCOG) Clean Construction Specification 2. Details— Project Sign and Water CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 GC-4.01 Availability of Lands P. THIS PAGE LEFT INTENTIONALLY BLANK w PM w i w om PW M FM M An CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 M GC-4.02 Subsurface and Physical Conditions M THIS PAGE LEFT INTENTIONALLY BLANK dft VM oft an CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 am P ('��KLEINFELDER Bright People. Right Solutions. GEOTECHNICAL STUDY Berry Street Beautification — Phase II South University Drive to Waits Avenue Fort Worth, Texas Project 102948 September 2, 2009 ("KLEIMFELDER \ Bright People. Right Solutions. September 2, 2009 Project 102948 Mr. Michael Hobbs, E.I.T. TranSystems Corporation 500 West Seventh Street, Suite 600 Fort Worth, Texas 76102 Subject: Geotechnical Study Berry Street Beautification — Phase II South University Drive to Waits Avenue Fort Worth, Texas Dear Mr. Hobbs: 6850 Manhattan Blvd., Suite 300 Fort Worth, TX 76120 pl 817.429.6692 f 1817.429.7869 kleinfelder.com This report transmits the findings of the geotechnical study for the reconstruction of Berry Street between South University Drive and Waits Avenue in Fort Worth, Texas. The results of the field and laboratory work are included along with engineering recommendations for use during the design and construction of the new pavement. We appreciate the opportunity to be of service on this project. If we can be of additional assistance as the design progresses, please do not hesitate to contact us. Sincerely, KLEINFELDER CENTRAL, INC. ie A. Griffi , P.E. opies Submitted: 5 r'I A WVV ff Mar T. II er, P.E. A Report Prepared for: TranSystems Corporation Fort Worth, Texas GEOTECHNICAL STUDY Berry Street Beautification — Phase II South University Drive to Waits Avenue Fort Worth, Texas Project 102948 September 2, 2009 Prepared by: w Daniel M. Harborth, E.I.T. OF T ��P�E fXgS �0� 0 !A...... ...0 lM� . MILLER Marc Miller, P.E. Oe �; . a7a24 :.W� ,r0�FS; OCENSE�'�C���'' `Xko/O N A� (000"--KL DIER Bright People. Right Solutions 6850 Manhattan Boulevard, Suite 300 Fort Worth, Texas 76120 pl 817.429.6692 f 1817.429.7869 This document was prepared for use only by the client, only for the purposes stated, and within a reasonable time from issuance, but in no event later than one year from the date of the report. Non-commercial, educational, and scientific use of this report by regulatory agencies is regarded as a "fair use" and not a violation of copyright. Regulatory agencies may make additional copies of this document for internal use. Copies may also be made available to the public as required by law. The reprint must acknowledge the copyright and indicate that permission to reprint has been received. I k=4v"-' W- -I A 11 4Z� *Zia, &P ilk , , ilk, %we sit. 9 Lana -i'll Photograph 2 June 23, 2009 Viewing northerly towards Boring 102. rKLEINFEL OER \\ �i Bright People. Right Solutions Photograph 1 June 23, 2009 Viewing southerly towards Boring 101. Photograph 3 June 23, 2009 Viewing easterly towards Boring 102. SITE PHOTOGRAPHS Berry Street Beautification — Phase II Fort Worth, Texas Project 102948 September 2009 iv i ma Mm Pnnfnphninal Enninnnninn Onnnnt Geotechnical Services Are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of. their clients. A geotechnical engineering study conducted for a civil engi- neer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solelyfor the client. No one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it. And no one — not even you —should apply the report for any purpose or project except the one originally contemplated. Read the Full Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary. Do not read selected elements only. A Geotechnical Engineering Report Is Based on A Unique Set of Project -Specific Factors Geotechnical engineers consider a number of unique, project -specific fac- tors when establishing the scope of a study. Typical factors include: the client's goals, objectives, and risk management preferences; the general nature of the structure involved, its size, and configuration; the location of the structure on the site; and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the geotechnical engineer who conducted the study specifically indicates oth- erwise, do not rely on a geotechnical engineering report that was: • not prepared for you, • not prepared for your project, • not prepared for the specific site explored, or • completed before important project changes were made. Typical changes that can erode the reliability of an existing geotechnical engineering report include those that affect: • the function of the proposed structure, as when it's changed from a parking garage to an office building, or from a light industrial plant to a refrigerated warehouse, • elevation, configuration, location, orientation, or weight of the proposed structure, • composition of the design team, or • project ownership. As a general rule, always inform your geotechnical engineer of project changes ---even minor ones --and request an assessment of their impact. Geotechnical engineers cannot accept responsibility or liability for problems that occur because their reports do not consider developments of which they were not informed. Subsurface Conditions Can Change A geotechnical engineering report is based on conditions that existed at the time the study was performed. Do not rely on a geotechnical engineer- ing reportwhose adequacy may have been affected by: the passage of time; by man-made events, such as construction on or adjacent to the site; or by natural events, such as floods, earthquakes, or groundwater fluctua- tions. Always contact the geotechnical engineer before applying the report to determine if it is still reliable. A minor amount of additional testing or analysis could prevent major problems. Most Geotechnical Findings Are Professional Opinions Site exploration identifies subsurface conditions only at those points where subsurface tests are conducted or samples are taken. Geotechnical engi- neers review field and laboratory data and then apply their professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ —sometimes significantly — from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction observation is the most effective method of managing the risks associated with unanticipated conditions. A Report's Recommendations Are Not Final Do not overrely on the construction recommendations included in your report. Those recommendations are not final, because geotechnical engi- neers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual TABLE OF CONTENTS PAGE AERIAL PHOTOGRAPH ........................................... "' SITEPHOTOGRAPHS..............................................................................................................IV IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL REPORT...............................v 1 INTRODUCTION.............................................................................................................1 1.1 PROJECT DESCRIPTION...................................................................................1 1.2 PURPOSE AND SCOPE.....................................................................................1 1.3 PREVIOUS GEOTECHNICAL STUDY................................................................2 2 FIELD EXPLORATION AND LABORATORY TESTING................................................3 2.1 LABORATORY TESTING....................................................................................4 3 SUBSURFACE CONDITIONS........................................................................................5 3.1 GEOLOGY...........................................................................................................5 3.2 STRATIGRAPHY.................................................................................................5 3.3 GROUNDWATER OBSERVATIONS...................................................................6 3.4 EXPANSIVE SOIL CHARACTERISTICS.............................................................7 4 ANALYSIS AND RECOMMENDATIONS.......................................................................8 4.1 TRAFFIC DATA...................................................................................................8 4.2 PAVEMENT THICKNESS DESIGN.....................................................................8 Table 4.1 -Pavement Thicknesses Options......................................................... 9 4.3 SUBGRADE TREATMENT................................................................................10 4.4 EARTHWORK...................................................................................................11 5 LIMITATIONS...............................................................................................................13 -� APPENDIX VicinityMap....................................................................................................................... Plate 1 Planof Borings.................................................................................................................. Plate 2 GeneralNotes.................................................................................................................... Plate 3 Logsof Borings.......................................................................................................... Plates 4 - 6 Summary of Laboratory Test Results.................................................................................Plate 7 Swell Test Results...................................................................................................... Plates 8 - 9 pH -Lime Series Test Results......................................................................................... Plates 10 oft ,. 102948 / DFW9R116 Page vi September 2, 2009 Copyright 2009 Kleinfelder GEOTECHNICAL STUDY BERRY STREET BEAUTIFICATION — PHASE 11 SOUTH UNIVERSITY DRIVE TO WAITS AVENUE FORT WORTH, TEXAS 1 INTRODUCTION 1.1 PROJECT DESCRIPTION This report presents the results of a geotechnical study for Phase II of the reconstruction of Berry Street in Fort Worth, Texas. The reconstruction will consist of replacing about 1,000 linear feet of roadway between South University Drive and Waits Avenue. The existing asphalt and reinforced concrete pavements will be replaced with new reinforced concrete pavement. The pavement will be designed and constructed based on the City of Fort Worth Pavement Design Standards Manual, 2005 (PDSM). At the time of the field investigation the site consisted of an existing, active roadway. Based on visual observation, the site slopes downward to the east. The existing roadway has experienced some distress such as lateral and alligator cracking. Refer to the site photographs in the preface of this report for representative site conditions. 1.2 PURPOSE AND SCOPE The purpose of this study has been to develop pavement thickness recommendations for the new roadway that complies with the City of Fort Worth Transportation and Public Works Department 2005 Pavement Design Standards Manual (PDSM). To accomplish its intended purposes, the study has been conducted based on the following scope: 1. Drilling sample borings to assess the general subsurface conditions and to obtain samples for testing; 2. Performing laboratory tests on appropriate samples to assess pertinent engineering properties of the subsurface materials; and, 3. Performing engineering analyses, using the field and lab data to develop subgrade treatment recommendations and recommended pavement thickness values. _ 102948 / DFW9R116 Page 1 of 14 September 2, 2009 Copyright 2009 Kleinfelder 1.3 PREVIOUS GEOTECHNICAL STUDY Kleinfelder performed a geotechnical study for Phase I of the Berry Street Beautification project (reference Kleinfelder Report 33546, dated January 15, 2005). Phase I encompassed Forest Park Avenue to Waits Avenue. That portion of the roadway was designed to TxDOT standards, and the resulting pavement was 10 inches of reinforced concrete over a 4-inch hot -mix asphalt underlayment over 8-inch lime treated subgrade. When appropriate, the results of the Phase I study are included within this report. 102948 / DFW9R116 Page 2 of 14 September 2, 2009 Copyright 2009 Kleinfelder 2 FIELD EXPLORATION AND LABORATORY TESTING Subsurface conditions at the site were evaluated by three borings drilled with a truck - mounted drilling rig. The borings were drilled to a depth of 10 feet, except for Boring 103, which was drilled to a depth of 5 feet due to the presence of shallow limestone. The boring locations are presented on the Plan of Borings in the Appendix. The borings were located in the field using a site plan and measurements from existing landmarks, and their coordinates recorded using a hand-held GPS device. These locations were not surveyed, and the indicated locations should be considered accurate only to the degree implied by the method used in their determination. Continuous -flight auger and direct push drilling and sampling methods were used. Relatively undisturbed samples of cohesive soils were collected by using the drilling rig to push a seamless steel tube sampler into the soil (based upon ASTM D1587). The depths at which these samples were collected are indicated on the boring logs. After a tube was recovered, the sample was extruded in the field, examined and logged. The sample was then sealed in a plastic bag to reduce moisture loss and protect the sample. During logging, an estimate of the sample consistency was obtained using a pocket penetrometer to provide an approximate indicator of shear strength. Bedrock materials were evaluated in -place by the Texas Department of Transportation (TxDOT) Cone Penetrometer Test. This test evaluates the strength by driving a steel cone into the material using a free -falling hammer (based upon Method TEX 132-E). The test records the number of blows to produce 12 inches of penetration, or the total inches of penetration due to two successive applications of 50 blows. When present, seepage and groundwater levels were recorded, as discussed in a following section. At the completion, each boring was backfilled and the pavement surface patched in accordance with the PDSM requirements. 102948 / DFW9R116 Page 3 of 14 September 2, 2009 Copyright 2009 Kleinfelder 2.1 LABORATORY TESTING Laboratory testing was performed on selected samples collected from the borings during drilling. These samples were selected as being generally representative of that stratum and/or boring(s). Testing was performed to allow for material classification according to the Unified Soil Classification System (ASTM D 2487), and to evaluate the engineering properties of the materials. These tests included: • Moisture content and dry unit weight was determined to study the physical characteristic of the samples and to provide an indicator of their in -situ properties. • Atterberg Limits (liquid and plastic limit) tests and particle size gradation (No. 200-mesh sieve) tests were performed on selected samples to establish index properties and grain size characteristics. • The undrained strength characteristics of selected samples were evaluated using unconsolidated-undrained (UU) triaxial compression tests. This test provides an indicator of the shear strength of the soil. The tests were conducted using one relatively undisturbed specimen that was subjected to a confining pressure approximately equal to the overburden pressure. • The tendency of selected samples to react with hydrated lime was evaluated using the Eades and Grimm pH -lime series test. • The tendency of selected samples to swell when exposed to moisture was evaluated using swell tests. The tests were conducted using relatively undisturbed samples from zones that were considered capable of swelling. During this test the samples are exposed to a free water source. Test results are provided in the Appendix on the Logs of Borings, and on individual plates (as appropriate). A Summary of Laboratory results are also included in the Appendix. Testing also included soluble sulfate testing. The results of these tests are referenced directly within the text of this report. 102948 / DFW9R116 Page 4 of 14 September 2, 2009 Copyright 2009 Kleinfelder 3 SUBSURFACE CONDITIONS 3.1 GEOLOGY The Dallas Sheet of the Geologic Atlas of Texas locates the project within the undivided Duck Creek/Fort Worth Limestone (Kfd) geological formation. The units in the formation are similar in that they are composed of varying amounts of marl and limestone. In this area, the limestone generally dominates the Fort Worth Limestone formation, while marl generally dominates the Duck Creek formations. These formations weather to create expansive clays that can be dark brown to light yellow brown in color. The primary material is typically hard and light gray to medium gray in color. Generally, the limestone is often present near the ground surface. 3.2 STRATIGRAPHY Based on the borings, the subsurface conditions can be generalized as shown in Table 3.1. Refer to the Logs of Borings in the Appendix for specific subsurface descriptions and thickness of particular strata. The thickness of the strata is based on the borings, and actual in -situ transitions may be gradual. Table 3.1 — Generalized Subsurface Stratigraphy Strata Depth Range (ft) General Description Pavement: 2% inches Asphalt over 6 inches Concrete -- 0-1 (Boring 101), and 71/ inches Concrete (Borings 102 and 103). 1 1-7 Clay with sand (CL) and Sandy Clay (CL), brown -gray, dark brown, brown, gray and light brown, and yellow -brown II 2 —10 Limestone, light brown and yellow -brown, weathered Measurements are referenced from the top of pavement and are rounded to the nearest foot. 102948 / DFW9R116 Copyright 2009 Kleinfelder Page 5 of 14 September 2, 2009 All three borings were drilled through existing asphalt and/or concrete pavement. Based on the information obtained from the borings, the pavement section at Boring 101 consisted of about 23/ inches of asphalt underlain by 6 inches of concrete pavement, whereas pavement thicknesses at Borings 102 and 103 consisted of about 7% inches of concrete pavement. The Stratum I soils have measured liquid limits ranging from 29 to 34, with corresponding plasticity indices varying from 9 of 18. These soils are expected to have a low potential to undergo volumetric changes with moisture fluctuations. The limestone of Stratum II is weathered. Some clay and severely weathered seams were noted in Boring 101. The limestone appears to be relatively hard and highly cemented. 3.3 GROUNDWATER OBSERVATIONS The borings were advanced using techniques that allow for direct and indirect observations of seepage and groundwater during drilling operations. Our observations did not indicate the presence of seepage or groundwater during drilling or shortly after completion of field operations. These observations have been made during the course of this study, as indicated on the boring logs. These observations do not preclude the possibility of seepage or groundwater, and are only indicative of conditions at the time and place indicated. The occurrence and variation of groundwater can vary due to many factors. These factors include seasonal changes, site topography, the depth to rock, surface runoff, the layering and permeability of subsurface strata; water levels in waterways, utilities, and other factors not evident at the time of this study. The possibility of groundwater and its fluctuation should be considered when developing this project. A groundwater study has not been performed. Long-term observations would be necessary to more accurately evaluate groundwater levels. no 102948 / DFW9R116 Page 6 of 14 September 2, 2009 Copyright 2009 Kleinfelder 3.4 EXPANSIVE SOIL CHARACTERISTICS The clays at this site have a low potential for shrink and swell behavior. The amount of shrink/swell behavior will depend upon moisture fluctuations that occur over the life of the pavements. The total magnitude of the shrink/swell behavior will also be dependent upon the thickness of the expansive soil and the depth of the active moisture zone. Moisture fluctuations occur due to seasonal cycles, but can also be influenced to varying degrees by drainage conditions; site grades/sloping ground, landscaping, irrigation practices, the presence of vegetation, groundwater, and the presence of flatwork or other impervious barriers. This large number of variables complicates the determination of the magnitude of shrink/swell movements that could occur. An estimate of the potential expansive soil movement was made using a variety of sources, including the Potential Vertical Rise (PVR) Method 124-E published by TxDOT, the results of laboratory index and swell testing, engineering judgment, and experience. Based on this information, the calculated PVR is less than 1 inch for a full seasonal moisture cycle. The low PVR is attributed primarily to the presence of lean clays and relatively shallow limestone. Recognize that this value range is not an exact value, and is only an indication of the potential movements due to expansive soil for seasonal moisture fluctuations. 102948 / DFW9R116 Page 7 of 14 September 2, 2009 Copyright 2009 Kleinfelder 4 ANALYSIS AND RECOMMENDATIONS - The reconstructed Berry Street pavement will be reinforced concrete. The roadway capacity will be deliberately reduced to facilitate foot traffic and on -street parking. The following sections present assumed traffic data and recommended pavement thickness. 4.1 TRAFFIC DATA Berry Street is a major thoroughfare that connects to an interstate and is considered an urban arterial. The PDSM indicates that site specific traffic data should be used in lieu of estimated PDSM values if they are available. Data provided by TxDOT for Waits to Forest Park (for Phase 1) indicated 2,249,000 equivalent single axle loads (ESAL) for a 20 year period, and 3,598,000 ESAL for a 30 year period. We recommend using the Phase I traffic data for Phase II, as it is directly adjacent to this project. 4.2 PAVEMENT THICKNESS DESIGN The capacity of the proposed section was calculated using the following design parameters. These values were selected based on our experience, the TxDOT Pavement Design Manual, the AASHTO Guide for Design of Pavement Structures, or are as specified in the PDSM. • 85% Reliability (AASHTO) • 0.39 Overall deviation (TxDOT) • 3,000 psi concrete strength at 28 days (assumed) • 550 psi concrete modulus of rupture (based on concrete strength) • 3,420,000 psi Concrete Modulus of Elasticity (based on concrete strength) • 2.9 Load Transfer Coefficient (based on reinforced pavement with edge support) • Raw Subgrade Resilient Modulus of 5,500 psi (PDSM; CBR=3.0) • Modulus of Subgrade Reaction 175 psi/in (PDSM; CBR=3.0), or 300 psi/in if a 4- inch hot -mix asphalt underlayment is used (TxDOT) • 0.7 Drainage Coefficient, Cd (PDSM) • 4.5 Initial Serviceability (AASHTO) • 2.0 Terminal Serviceability (AASHTO) 102948 / DFW9R116 Page 8 of 14 September 2, 2009 Copyright 2009 Kleinfelder These parameters and the roadway ESAL were used to calculate the required thickness for the rigid pavement. These calculations were performed using Pavement Analysis Software, WinPAS Version 1.0.4, based on the 1993 AASHTO Guide Procedure for the Design of Pavement Structures. The calculate pavement thickness is presented in Table 4.1. Note that Table 4.1 presents a hot -mix asphalt (HMA) underlayment option, as an underlayment was use for the Phase 1 pavement. Table 4.1 —Pavement Thicknesses Options Cpi'2am O : _ ., Reinforced Portland Cement Concrete 10.5 inches 10.0 inches Hot -mix Asphalt Underlayment Lime -treated Subgrade/Subbase Calculated ESAL: -- 4.0 inches 8.0 inches 8.0 inches 4,576,000 4,154,000 The calculated ESAL capacity is greater than the provided ESAL for both options, but note that a half -inch reduction in the thickness of either option reduces the calculated ESAL below the required value. The design Portland cement concrete pavement section should be reinforced and designed with appropriate joints as detailed in the PDSM. Detailing should require the use of a transition between the Phase II pavements and existing pavements to reduce the potential for differential pavement support and pumping along the cold joint. One transition option is to increase the concrete thickness at cold joints, and then taper to the design thickness over a minimum distance of 10 feet (moving longitudinally away from each joint). Note that the pavement section does not consider the use of a permeable base layer with a connected edge drainage system, as these systems are not commonly used within the City of Fort Worth. The inclusion of a drainage system could be used to reduce the thickness of the sections. Please contact us if a drainage system is desired. 102948 / DFW9R116 Page 9 of 14 September 2, 2009 Copyright 2009 Kleinfelder 4.3 SUBGRADE TREATMENT As required by the PDSM, the results of this study indicate that the pavement should provide a modified subgrade (subbase). Based on the soil types, lime treatment is recommended. Lime treatment will improve the subgrade, but a significant benefit will be creation of an improved working platform for construction. Based on the test results, lime should be applied at a rate of 6 percent, or approximately 36 pounds, of hydrated lime per square yard of surface area is recommended for the 8- inch subbase thickness. The lime treated subgrade should extend a minimum of 12 inches outside the curb line when possible to improve pavement edge support and also lessen the "edge effect" associated with shrinkage during dry periods. The use of sand or select fill as a leveling course below pavement should be prohibited. These soils can allow water inflow between the pavement and subgrade, causing heave and strength loss within the subgrade soil. Construction of the lime treated subgrade should follow Section 6 of the PDSM and TxDOT Item 260 as listed in Appendix D of the PDSM. The recommended addition to the standard is that the cured mixture should have a minimum of 100 percent passing the 13/-inch sieve and a minimum of 60 percent passing the No. 4 sieve. This application rate can be used for estimating purposes; however, the actual application rate should be determined at the time of construction by sampling the finish subgrade soil and testing to determine the optimum lime content. The treated subgrade should be compacted to a minimum of 98 percent of Standard Proctor (ASTM D 698) at a moisture content ranging from optimum to 4 percent above optimum (0 to +4). The moisture content and density of the completed subgrade section must be maintained until the paving is complete. Note that the roadway is located in an area that is not known to contain appreciable quantities of soluble sulfates. As such, the risk of sulfate -induced heaving is considered low. To confirm this soluble sulfate tests were performed using Texas Department of Transportation (TxDOT) Method 146-E. The results of the tests performed yielded soluble sulfate readings ranging from 100 to 120 parts per million (ppm), as shown in Table 4.2. The average reading is below the level at which significant sulfate -induced heave is considered likely to occur. 102948 / DFW9R116 Page 10 of 14 September 2, 2009 Copyright 2009 Kleinfelder Table 4.2 — Soluble Sulfate Test Results Boring. Sample Depth (ft) Soluble Sulfate Concentration (ppm) B-101 1-2 100 B-102 2-3 100 B-103 1-2 120 4.4 EARTHWORK Earthwork should be performed in accordance with the requirements set forth in Sections 5 and 6, and Appendix C of the PDSM. In addition to these items, the project area should be stripped of existing pavement, shallow utilities, vegetation, roots, organic material, and debris at the start of construction. The stripping depth should be based on field observations with attention given to excessively wet soils, and deleterious materials. After excavating, the stripped subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. Continuous proof rolling should be used to detect soft spots or pumping subgrade areas as detailed in the PDSM. The proof rolling is intended to locate unstable areas, but will also have the advantage of providing additional compaction of the proof rolled soil. When compaction of the existing subgrade or fill material is necessary, the untreated soil should be compacted to a minimum of 95 percent of the maximum dry density as determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operations, this fill material should be brought to between 1 percent below and 4 percent above the optimum moisture content (-1 to +4). Fill material should be placed in loose horizontal lifts not exceeding 8 inches in uncompacted thickness. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken and the fill material mixed so that a material of uniform moisture and density is obtained for each lift. Water required to bring the fill material to the proper moisture content should be applied evenly through each layer. 102948 / DFW9R116 Page 11 of 14 September 2, 2009 Copyright 2009 Kleinfelder Field density tests should be taken as each lift of fill material is placed as detailed in the PDSM. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 102948 / DFW9R116 Page 12 of 14 September 2, 2009 Copyright 2009 Kleinfelder 5 LIMITATIONS This work was performed in a manner consistent with that level of care and skill ordinarily exercised by other members of Kleinfelder's profession practicing in the same locality, under similar conditions and at the date the services are provided. Our conclusions, opinions and recommendations are based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. Kleinfelder makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. This report may be used only by the Client and their registered design professional in responsible charge and only for the purposes stated for this specific engagement within a reasonable time from its issuance, but in no event later than two (2) years from the date of the report. The work performed was based on project information provided by Client. If Client does not retain Kleinfelder to review any plans and specifications, including any revisions or modifications to the plans and specifications, Kleinfelder assumes no responsibility for the suitability of our recommendations. In addition, if there are any changes in the field to the plans and specifications, Client must obtain written approval from Kleinfelder's engineer that such changes do not affect our recommendations. Failure to do so will vitiate Kleinfelder's recommendations. Recommendations contained in this report are based on our field observations and subsurface explorations, limited laboratory tests, and our present knowledge of the proposed construction. It is possible that soil, rock or groundwater conditions could vary between or beyond the points explored. If soil, rock or groundwater conditions are encountered during construction that differ from those described herein, Kleinfelder should be notified immediately so that we may evaluate the need for modification of the recommendations provided in this report. If the scope of the proposed construction changes from that described in this report, the conclusions and recommendations contained in this report are not considered valid unless the changes -are reviewed, and the conclusions of this report are modified or approved in writing, by Kleinfelder. 102948 / DFW9R116 Page 13 of 14 September 2, 2009 Copyright 2009 Kleinfelder As the geotechnical engineering firm that performed the geotechnical evaluation for this project, Kleinfelder should be retained to confirm that the recommendations of this report are properly incorporated in the design of this project, and properly implemented during construction. This may avoid misinterpretation of the information by other parties and will allow us to review and modify our recommendations if variations in the soil conditions are encountered. The scope of services for this subsurface exploration and geotechnical report did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous substances in the soil, surface water, or groundwater at this site. This report, and any future addenda or reports regarding this site, may be made available to bidders to supply them with only the data contained in the report regarding subsurface conditions and laboratory test results at the point and time noted. Bidders may not rely on interpretations, opinion, recommendations, or conclusions contained in the report. 102948 / DFW9R116 Page 14 of 14 September 2, 2009 Copyright 2009 Kleinfelder �eiyce-Ava •:6iyee"7►va i z eB Aver pa �`P �` Linden A 'U,Rere�iFg C1A IL sin Ave t ' 1N�t f "2 �:8C1Gfl AYe-T t¢ e � i f `• ; —� �-AYe t[ve + u e if 21 901 � � � `?..�F :._Ave �" ` �ndP'�' Qr, •.x�.; , bbtu\Y�} �0 i� '.di � � � •, �F � �e t �ertweod br tt c a , z's a �x: P��`"� Or 1 Ba9s�eDr Q tti - k4'k - n ACM .. � � ��V • m �m ry-�;,jm rod t�Hrfi� Project Alignment n an U c$ Rd M ~ SoiA1rM Ave Y '<V� ii' _ „ 'iRuHotit bra Gt r ti t r y,� fir., >r , -ywe6tdats cl�e le"atk 9oyce �2'r t.. r.S di '4'4 +� � 8ilnyan.AYe � W �. tit!lrlNww.dfv,«" aps.00m to VICINITY MAP (KL INFEL DIER Berry Street Beautification — Phase II Bright People. Right Solutions. Fort Worth, Texas Project 102948 September 2009 emu:. R Plate 1 i• v m fU I BOWIE J� I I IZ I IL; �► U OU ( > 0 Z I I B-101 Boring locations are approximate. KLE/NFELOER . Bright People. Right Solutions. Site Plan provided by TranSystems Corporation R-1 nn Not to scalI f - - I f _ �f PLAN OF BORINGS Berry Street Beautification — Phase II Fort Worth, Texas Project 102948 September 2009 KLEINFELDER KEY TO LOGS OF BORINGS DRILLING AND SAMPLING SYMBOLS AND TERMS: m Thin -Walled Tube Sample Auger Sample/Drilling ® Split Spoon Sample & Standard Penetration Test m Continuous Core Sample ® TxDOT Cone Penetrometer Test ® Bag Sample Z Water Level Initial Measurement T Water Level Subsequent Measurement Hand Penetrometer An indicator of fine-grained soils consistency. Reported as tons per square foot (tsf). Core Recovered Length of rock core recovered as a percent of the total continuous core sample length. RQD Rock Quality Designation (RQD) is a measure of the integrity of recovered core samples. Reported in percentage as the sum of core pieces greater than 4 inches in length. Blow Count Indicator of soil or rock density/consistency, and correlates to the soil strength. Blow count columns used to report values for both the SPT and the TxDOT Cone Penetrometer. Each column refers to the number of hammer blows required to advance the split spoon sampler or cone 6 inches. Note that the seating blows (first 6 inch drive) are not reported. For the SPT the "N" value is the sum of the values for the second and third drive. In cases where resistance was high during the first, second or third drive, the number of inches of penetration for 50 blows of the hammer is reported. RELATIVE DENSITY OF COARSE -GRAINED SOILS Penetration Relative Resistance Density Blows/foot 0-4 Very Loose 4-10 Loose 10-30 Medium Dense 30-50 Dense over 50 Very Dense CONSISTENCY OF FINE-GRAINED SOILS Hand Penetrometer Consistency Readings, tsf (see Note) <1 Soft 1-2 Firm 2-3 Stiff 3-4 Very Stiff >4.0 Hard Note: Some clays may have lower unconfined compressive strengths because of planes of weakness or cracks within the soil. The consistency rating of such soils are based on penetrometer readings. TERMS CHARACTERIZING SOIL STRUCTURE: Fissured Containing cracks, usually more or less vertical Laminated Composed of thin layers of varying color and texture, typically horizontal Interbedded Composed of alternate layers of different soil types Calcareous Containing appreciable quantities of calcium carbonate Well graded Having wide range in grain sizes and substantial intermediate particle sizes Poorly graded Predominantly one grain size, or having some intermediate size missing Slickensided Having inclined planes of weakness that are slick and glossy in appearance GENERAL DEGREE OF WEATHERING: Unweathered Rock in its natural state before being exposed to weathering agents Slightly weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Severely weathered Complete color change with consistency, texture, and appearance approaching soil SUBSURFACE CONDITIONS: Soil and rock descriptions on the boring logs are a compilation from field data as well as from laboratory test results. The stratification lines represent the approximate boundary between materials and the actual transition can be gradual. Water level observations have been made in the borings at the times indicated. Note that fluctuations in groundwater level(s) may occur due to variations in rainfall, hydraulic conductivity of soil strata, construction activity, and other factors. Copyright 2009 Kleinfelder Plate 3 LOG OF BORING NO. B-101 Project Description: Berry Street Beautification - Phase II Fort Worth, Texas Location: See Plan of Borings, Plate 2 Approx. Surface Elevation: Not Provided to U m N m o � o o n c§ 0 o E u) m o o if >. U a U U 3 m 0 r = m m MATERIAL DESCRIPTION _ _ r ASPHALT, 2% inches * :: i' N CONCRETE, 6 inches _ _ .25 _ _ _ _ _ _ _ CLAY with sand, brown -gray and gray, stiff to very stiff, with calcareous nodules — 5 — 10 WEATHERED LIMESTONE, light brown and yellow -brown, with severely weathered 50/ 30 limestone seams 4' 50/ 50/ 1�4' 1�1 - Gay layer from 7 to 8 feet C A ER Bright aropk. Right 50AMoru. 0 o a o E E m C j CMm C C Of N m m 7 v o m. U E M LL Q A a 0 as m Z, oc U m is a m o o p c d z � cN U in 0.4 1.0' _._._._._._. . 20 1.6 14.9 34 16 18 75 18 4.0' 10.0• 30 13 17 68 12 _ Completion Depth: Latitude: 32.70597 Longitude:-97.35929 Remarks: Boring dry upon completion of drilling. 10 ft. Date Boring Started: 6/23/09 Date Boring Completed: 6/23/09 Logged by: J. Carlson Project No.: 102948 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by reference. Plate 4 LOG OF BORING NO. B-102 Project Description: Berry Street Beautification - Phase II KLE/NFELOER Fort Worth, Texas Location: See Plan of Borings, Plate 2 Brot People. RiotSMftns. Approx. Surface Elevation: Not Provided Y m C m C a m o ui � m a m 0 c 0 -2 m o E m > E c rnm C m Nw m m .�.. ro o G 2 f N, v > � � _J .N Cp U 'm O.: E 'ia um- p J0 W C to 01 >c > U 7 a cu m o z mc bm UCrdE C a. m o m n z o cif f = m m MATERIAL DESCRIPTION _ *.�►' r., e CONCRETE, 7% inches 07 CLAY with sand, dark brown, very stiff to hard, with occassional iron stone staining 29 20 9 71 24 4.5+ 2.4 14.6 5 — 10 19 - becoming gray, light brown and 16 yellow -brown below 4 feet - with limestone seams below 5 feet 7.0' 50/ 50/ WEATHERED LIMESTONE, light brown 1'/:" %" and yellow -brown 50/ 501 1 %" V 10.01 Completion Depth: 10 ft. Date Boring Started: 6/23/09 Date Boring Completed: 6/23/09 Logged by: J. Carlson - Project No.: 102948 Latitude: 32.70604 Longitude: -97.35835 Remarks: Boring dry upon completion of drilling. Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by reference. Plate 5 LOG OF BORING NO. B-103 Project Description: Berry Street Beautification - Phase II Fort Worth, Texas Location: See Plan of Borings, Plate 2 Approx. Surface Elevation: Not Provided m c m •c rA U m m f] t] v v m o t n n o v > p tj m E, to c > > m a N a.. c 3 U 0 $ m m MATERIAL DESCRIPTION CONCRETE, 7% inches _ .25 SANDY CLAY, brown and dark brown, stiff WEATHERED LIMESTONE, light brown and yellow -brown 50/ 50/ 0" 0" ('O�KLE/NFELOER "ht People. Right Sok t rm n m o m j E E c m c v u m o U E v, ii 0 o m y a. w m U m c_ e ! o Li y ll Z •2 120 M > 0.7" 31 18 13 67 21 2.0' 5.01 Completion Depth: Latitude: 32.70603 Longitude:-97.35716 Remarks: Boring dry upon completion of drilling. 5 ft. Date Boring Started: 6/23/09 Date Boring Completed: 6123109 Logged by: J. Carlson Project No.: 102948 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by reference. Plate 6 Sheet 1 of 1 Boring Sample Depth Liquid Plastic Plasticity Percent Passing Moisture Content Unconfined Unit Dry Compressive Weight Strain at Failure No. (ft.) Limit Limit Index No.200 (%) Strength (Pcfl (%) Sieve (tsfl B-101 1.0 - 2.0 20 B-101 2.0-3.0 1.6 14.8` B-101 3.0 - 4.0 34 16 18 75 18 B-101 7.0 - 8.0 30 13 17 68 12 I B-102 1.0 - 2.0 29 20 9 71 24 B-102 2.0-3.0 2.4 14.8` B-102 3.0 - 4.0 19 i B-102 4.0 - 5.0 16 B-103 1.0 - 2.0 31 18 13 67 21 Denotes Unconsolidated-Undrained Triaxial Test Result. ("KL EINF-EL DIR Bright People. Right Solutions. Summary of Laboratory Results Project: Berry Street Beautification - Phase II Fort Worth, Texas Project Number: 102948 Plate 7 C DER &fight People. Right Solutions. Free Swell Test Results Project Name: Berry Street Beautification- Phase II Location: Fort Worth, Texas Material Description: CLAY with sand, brown -gray and gray Project No.: 102948 Tested By: J. Carlson Boring No.: B-101 Date Tested: 6/25/09 Sample Depth ft): 3 to 4 Consolidometer ID: 0 Soil Classification Properties: Initial Final Liquid Limit = 34 Load Applied (psf): 125 125 Plastic Limit = 18 Moisture Content (%) = 20.5 22.7 Plasticity Index = 16 Wet Unit Weight (pcf) = 121.6 123.6 % Passing #200 Sieve = 75 Dry Unit Weight (pcf) = 101.0 100.8 Maximum Measured Absorption Swell Pressure (psf) = 125 One -Dimensional Swell for Change in Moisture from Initial to Final (%) = 0.2 10 ............l..L.L_lJ_�_L 1 1 1 1 I 1 I I 9--__•_4_•-r_-••_r-_..y...r�.l-•r-r•r� I I I 1 1 1 I I 1 1 I 1 1 I I _-•---__..�_*_"_-t._„r_...r_r_.,.�h,o-,_...._--...*.._.,.r._-t..--r_-L.r_r�. 1 1 1 I I 1 I I I I I I I 1 1 1 1 . ..i 'r'r"1'i r 8 1 1 1 I 1 I I I I I I 1 I 1 1 1 1 f 1 1 1 1 1 1 .__....r.-'i--r-�-i •1'r� -•-_--'I-'_ _,_ __,_.,_'I-r9-I• __. __ "r_.-r-_,__r ^r-I'rr 7.......... J.....J....L..J..1.J_J.1----------- J.-...J_...L..1..1.J.J.1........... J..._.J....L..1__L_J_J.1_ 1 1 1 1 1 1 I I I I 1 I I 1 1 1 •- --- .♦ 4 _4--4-1.44--------I_-_•,•__I__,--I.4_, •1--..--..1..-_,•-•1-- 0 I--- 1 1 1 1 1 1 1 6--------•,--'-',----f --,--T',-,•T-.------- 1 1 1 1 1 1 1 1 1 i 1 1 1 I I I ,'-" '," "r'-r-•r',-,'T- ---------- -----,•-•-r--T••r-,-,•r- ...J.J.I.1J.......•.....I.....I. .I...1......... _1. . . . L ..I..L _L J.I.L 5 y� 4 ...... ....... L... {...L..I..L.L.1. .....-..--L.....L......4..I..f..L.l...........-4.....M...i...N.a..M.Y N• I 1 1 1 1 1 I I I 1 1.1 I 11I 11I 1 1 1 •------r---,'-r-,-,'rr,•--'---,----I'--I•-r-I'r-I-r""'-'1----r--r-r-r,-rr 3--.-----.-...............l._J..L-L.l IL 1 1 1 1 1 L.....L...J...L.J..L.LJ. ..........1.....l...J.--�'............. I I I I 1 I I I 1 I , _ _ .. 4 i f - Y - 1 • h 1 1 2 1 1 1 _ J _ 4 -M i J - _ - - y . _I . y . .,. ., _ 4 .1 _ I . .. ,. Y . 1. t - Y q J _ .I. _ J . .I. 1 .1 _I. _ _ . 1. L .1. L L J . L L • _ _ _ _ _ _ 1 1 1 1 1 1 1 _ .I. I I I I I 11 1 1 1 I 1 1 1 1 .. _ _ _ . _ J J . ...... ! ... !.. J _ _ I. _I. L ! J- - . - . - .. L ... 1...1.. L - 1I ! I. 11 1 1 1 1 1 i 1 10 100 1000 10000 Swelling Pressure, psf Plate 8 PM m4 00 on dp KLEfNFELDER Blight People. Right Solutions. Free Swell Test Results Project Name: Berry Street Beautification - Phase II Location: Fort Worth, Texas Material Description: CLAY with sand, dark brown Project No.: 102948 Boring No.: B-102 Sample Depth (ft.): 0.8 - 2.0 Tested By: J. Carlson Date Tested: 6/25/09 Consolidometer ID: 0 Soil Classification Properties: Initial Final Liquid Limit = 29 Load Applied (psf): 125 125 Plastic Limit = 9 Moisture Content (%) = 10.6 20.0 Plasticity Index = 20 Wet Unit Weight (pco = 129.1 139.5 % Passing #200 Sieve = 71 Dry Unit Weight (pcf) = 116.7 116.2 Maximum Measured Absorption Swell Pressure (psf) = 125 One -Dimensional Swell for Change in Moisture from Initial to Final (%) = 0.4 10 -------1--- I_"J.J_1_1J.---_._!.... I__.I_.I..�.1!.I-------- '"'-l-.1_.L-J-I.L 9 ----I I 1 1 I 1 I I ---_I I I I 1 I I I -----1 I , I IL 1 I I --.___ �-""'r`-"y-^-r^I^►-f-1- _•--__ *_•___r___y _...*-y.-r_y._I-...-_•-• 1---"-r--`y•_-1-•ti_.f_f.l. ._-....i.--r'-T' i-r-i r}..-_.-.. T.I.1.....__.i ---r..i 'T'i "I"i T 8t...._...�..L.....-J-.�..L...L�.t�1..J.- I I 1 I I 1 1 1 1 I I I 1 I I I I t I 1 I I 1 1 •"----r _'_ 7 r�-y�Pr 1 _.._.. �.. -I-_ �. .I. •I'r'1 -r----_ _..1___-r - -I' r•r 1•I•r 7......... !....L_.J..1_J.J.1_........._........... I 1 I 1 I I I I I I I 1 I 1 I I I I I 1 I I 1 1 I I I I 1 1 I I I 1 I I I I 1 1 I 1 1 I I I I I 0 6---------.---•-r---r--r•r-r�-r-•---------r•---i----r-•r--r-i-rr••---------i-----r---r--r--r-i-i-r- .......1..1..1_J.J_1.1J.--.---.1..._I..J. .I. _I.1.1 •I--------I.......I..L LJ.I-L ^ 5 1 I I I I-6..... L... 4... 6- 4--4.1.-1.. - I......1... 41... 6..I..F .4 I• I I 1 1 1 1 1 1 I I I I t 1 1 1 I I I I 1 I 1 1 •- -----r---i•-r-i-•-------1-•--1---1-•I--rr-I-I--------I----r--r•r-r-I-1-r 3 """-".L.----1"'J---L..I..L.L.L ..-------L-----L---J'-- ---L.L.1-----------'L----L"'J".L.J..L.L.I. I I 1 1 I I I I 1 I I I I I 1 1 I 1 1 I I 1 I I yy_I.+ y_.._ y.I. .. _ _. 2- I 1 I 1 1 1 I 1 1 I I I I 1 I I I 1 1 --..._-_.�.....�._'.r__i..r.i_n.r.....------ .._..._.__....... I----r--r'-r-i•�-r- .....--l"1---•----1....1 . 1 _L _1-!_I_L I I I I I I 1 1'� 'I' -1- I I 1 1 1 1 1 I 1 I 11 1 1 0 10 100 1000 10000 Swelling Pressure, psf Plate 9 04 DER Bright Blight People. Right So/utlons. pH Lime Series Test Results Project Name: Berry Street Beautification - Phase II Project Location: Fort Worth, Texas Material Description: CLAY with sand, brown -gray and gray Project No.: 102948 Tested By: Boring No.: B-101 Date Tested: Depth ft): 1 to 2 pH Meter ID: % Lime Added pH Readinq 0 8.23 2 12.38 4 12.41 5 12.44 6 12.42 8 12.42 10 12.41 12 12.40 J. Carlson 7/1/09 59265 14 1 I I 1 1 I I I I i 1 I I 1 1 1 -r-r•r-I•--1--I--i-1--1-r-r-r--r-I--1--I----i-1-11- -r-r-r -r -r-I--1•-I-- I 1 , I 1 I I 1 1 I I 1 I I 1 1 I I I 1 � � I I I � I I I � I I I I 1 I � � 1 1 I I I r r r 1 - -- - - - 1- - I - -1 • -I I I 1 1 f I 1 1 1 I I 1 1 I 1 1 I I I I I I I 1 I I I I 12r--r- 1 r r r -1 •I •I 1 - 7- r' r- r r r 'r -I' '1 1- 1- 1 - - r r r r -1- •r 1- -I I 1 I I I 1 1 I I I 1 I I I I 1 I 1 1 1 r: aj••r-r 1'-I'"--1•-I--1-.1 - 1- 1- r- r-•- r -P •1•'I"--"I. 1-1-1- -T-r •r -r-•-I-'I--,--I-- CIS I 1 I I I I I I 1 1 I 1 I I I 1 1 I I I 1 1 1 1 1 I I 1 1 -?-----•r--•.------••r---r•-•-r---,_....._.1...-•r----r---•r-.T..r.._....ry._..,.._.r.._r.....�.1__..1.---r-•-'r•- 1 I 1 1 , 1 I i I 1 I I I 1- r ty 1 I 1 I 1 I `.j -- ---r_..r.._.r...-•-T---- r---r._-r_....--•r•--r--r•-r—•-r—•r---- -•r-- •--•r.... r---T--+---- --r--r—i-•-r-...._.r._r.--T-•r-- 1 r1-r-r r r r-r-r -I 1 1 i r r r-r 1 I I _.-. 1 I I I I 1 1 I I 1 I I I I I I I I I I I 1 I i r--T....r_.-..--r-•-r r r — — r- w—r_.—. r - r r r—._ 1 I I I I I 1 I I I 1 I 1 1 I I I I I I I I ( I I 1 I I r r I I .1. 1 r r r r I -I- I 1 1 r r r I , 1 I 1 , 1 i I I 1 I 1 I 1 I I I I I I 1 1 I 1 1 I 7 —.. r....r....r....1.......r....r..,_r....r.........1.....r....r.--1.... ....1....s....r... �..., ....r-...r....r....r.._-....5.....L....r....r........1....i.....r....r.... I I I I I I 1 1 I I I I I 1 I I I I I I I I 1 r r 1 r r r r 1 i r r r 6 0 2 4 6 8 10 12 14 Lime Added, The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the samples tested and/or inspected. They are not intended to be indicative of the qualities of apparently identical products. The use of our name must receive prior written approval. Reports must be reproduced in their entirety. Test method based on ASTM C 977 (Eades and Grim). Plate 10 as w. Mw .. ., 404 P. Eft GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK .. ow V. oft M ON CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 M Ift GC-6.06.1) Minority and women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: I Check applicable block to describe prime MAN/DBE I J NON-M/W/DBE PROJECT NAME: I BID DATE West Berry Streetscape Improvements City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER DOE 6755 — City Project No. 00407 25% Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m, five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1s` tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M1WBEs 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). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aqreement. Rev. 5/30/03 FoR� x ATTACHMENT IA Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount D Telephone/Fax r B B T T W O B E E C T E A Rev. 5/30/03 FoR� H ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T N T Detail Detail Company Name i Address e M W C X Ki Subcontracting Work Supplies Purchased Dollar Amount T D yW Telephone/Fax r B B T O B E E C T E A Rev. 5/30/03 ATTACHMENT IA FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MMBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed 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 also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or 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 Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev. 5/30/03 Am FORT WORTH PRIME COMPANY NAME: PROJECT NAME: West Berry Streetscape Improvements City's M/WBE Project Goal: 25% City of Fort Worth Prime Contractor Waiver Form PROJECT NUMBER DOE 6755 — City Project No. 00407 ATTACHMENT 1B Page 1 of 1 Check applicable block to describe prime M/W/DBE I I NON-M/W/DBE BID DATE If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Manaaina Department on or before 5:00 D.m.. five (5) City business days after bid openinq, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? I YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, I NO this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. i NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date go Rev. 5/30/03 FORT WORTH PRIME COMPANY NAME: PROJECT NAME: West Berry Streetscape Improvements City's M/WBE Project Goal 25% City of Fort Worth Good Faith Effort Form PROJECT NUMBER DOE 6755 — City Project No. 00407 ATTACHMENT1C Page 1 of 3 Check applicable block to describe prime M/W/DBE I I NON-M/W/DBE BID DATE J If you have failed to secure MIWBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the MNVBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a MMBE or non-MNVBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"tl tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes No Date of Listing I I 3.) Did you solicit bids from MfWBE 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 M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MfWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- _ thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the MIWBEs? Yes 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 additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 ATTACHMENT I Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer 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/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05/30/03 Joint Venture Page 1 of 3 FORT WORTH Name of City project: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. A joint venture form must be completed on each project RFPBid/Purchasing Number: Facsimile: I E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm I Non-M/WBE name: firm name: Business Address: Business Address: City, State, Zip: Telephone Facsimile E-mail Cellular Certification Status: Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: City, State, Zip: Telephone Facsimile Cellular Describe the scope of work of the non-M/WBE: Rev. 5/30/03 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating -------------------------------------- b. Marketing and Sales ---------------------------------------------- c. Hiring and Firing of management - -- -Personnel - ---------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev. 5/30/03 Joint Venture Page 3 of 3 4- AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and �to me personally known and who, being duly swom, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Y Commission Expires (seal) Rev. 5130/03 ob i IMF a y'% P. MM 4M am .R ., GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 { Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 Broom or Sweeper Operator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher, Paving $12.85 Concrete Finisher, Structures $13.27 Concrete Paving Curbin� Machine Operator $12,00 ( Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12.50 { Concrete paving Saw Operator $13.56 Concrete Paving Spreader Operator $14.50 Concrete Rubber $10.61 ( Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $14.12 { Electrician $18.12 { Flagger $ 8.43 Form Builder/Setter, Structures $11.63 { Form Setter, Paving & Curb $11,83 { Foundation Drill Operator, Crawler Mounted $13.67 { Foundation Drill Operator, Truck Mounted $16.30 { { Front End Loader Operator $12.62 Laborer, Common $ 9.18 Laborer, Utility $10.65 { Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 { Motor Grader Operator, Fine Grade $15.20 l Motor Grader Operator, Rough $14.50 Oiler $14.98 ( Painter, Structures $13.17 { Pavement Marking Machine Operator $10.04 { Pipelayer $11.04 Reinforcing Steel Setter, Paving $14.86 I _ ( Reinforcing Steel Setter, Structure $16.29 { Roller Operator, Pneumatic, Self -Propelled $11.07 { Roller Operator, Steel Wheel, Flat Wheel/Tamping $10.92 { Roller Operator, Steel Wheel, Plant Mix Pavement $11.28 Scraper Operator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator, Crawler Type $12.60 Tractor Operator, Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver, Lowboy -Float $14.93 Truck Driver, Single Axle, Heavy $11.47 ( Truck Driver, Single Axle, Light $10.91 ( Truck Driver, Tandem Axle, Semi -Trailer $11.75 ( Truck Driver, Transit -Mix $12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY AC Mechanic Helper $12.00 Plumber Helper $14.90 Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter $10.00 Bricklayer/Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00 Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31 Concrete Finisher $13.49 Sprinkler System Installer $18.00 Concrete Form Builder $13.12 Sprinkler System Installer Helper $9.00 Drywall Mechanic $14.62 Steel Worker. Structural $17,43 Drywall Helper $10.91 Concrete Pump $20.50 Crane, Ctamsheel, Backhoe, Derrick, D'Line Drywall Taper $13.00 Shovel $17.76 IDrywall Taper Helper $9.00 Forklift $12.63 Electrician (Journeyman) $20.20 Front End Loader $10,50 Electrician Helper $14.43 Truck Driver $14.91 Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper $12.00 Welder Helper $9.75 Floor Layer (Resilient) $20.00 Floor Layer Helper $13.00 Glazier $18.OD Glazier Helper $13.00 Insulator $14.78 Insulator Helper $11.25 Laborer Common $10.27 Laborer Skilled $13.18 Lather $16.1D Painter $14.83 Painter Helper $8.DO Pipefitter $18.85 Pipefitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12.25 rr yr, w f" am am .. am GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 i —1 oft No i i i GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 GR-01 60 00 Product Requirements MR THIS PAGE LEFT INTENTIONALLY BLANK oft ON om pw aw am .. CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 Gib r l -- Rok db Oft North Central Texas Council of Governments (NCTCOG) Clean Construction Specification THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 TRANSPORTATION AND PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION POLICIES AND PROCEDURES GUIDELINE MEMORANDUM NUMBER 002 ISSUED DECEMBER 23, 2010 Attached is a questionnaire developed by the North Central Texas Council of Governments to aid in gathering information as to the potential impact on area Contractors in the event certain construction equipment specifications are put in to place. Beginning January 3, 2010, this questionnaire is to be completed at the pre - construction conference by the Contractor and respective Construction Inspector for all projects. It is the responsibility of the Construction Inspector to see to it that the form is completed and made a part of the project file with a copy provided to the Assistant Director of Transportation and Public Works for Infrastructure Design and Construction. If for any reason the questionnaire cannot be completed at the pre -construction conference, it must be completed before issuance of the Notice to Proceed. Assistant Director TPW/ID&C date /Jurisdiction) Clean Construction Specification Definitions The following definitions apply to the provisions of this bid specification: "Construction Equipment" means all machinery of 25 horsepower or more which is powered by an internal combustion engine, but which is not used solely for competition or as a motor vehicle subject to the requirements of Texas Transportation Code §502.002. This includes, but is not limited to, excavators, backhoes, loaders, bulldozers, graders, generators, and similar equipment. "EPA" means the United States Environmental Protection Agency. "Low -Use Equipment" means any piece of construction equipment which is used for less than ten (10) hours per week on a single public works contract. "Texas Low Emission Diesel" means diesel fuel which is compliant with the Texas Low Emission Diesel (TxLED) requirements defined under 30 TAC §114.6, as regulated by the Texas Commission on Environmental Quality (TCEQ). TxLED compliant fuel must contain less than 10 percent by volume of aromatic hydrocarbons and must have a cetane number of 48 or greater, or be otherwise approved as compliant by TCEQ. "Ultra -Low Sulfur Diesel" means diesel fuel with a sulfur content of 15 parts per million or less, as defined by 40 CFR §500-620. Equipment Requirements 1) All construction equipment being used to perform work on the Contract shall meet EPA emissions standards of Tier 2 or equivalent. Compliance may be achieved through the use of equipment powered by an EPA -certified engine, through engine repowers, or through the use of retrofits which have been verified by the EPA and/or California Air Resources Board. A list of available retrofits is available online at www.epa.qov/otaq/retrofitiverif-list.htm. 2) Equipment that meets one or more of the following conditions may be exempt from these requirements: _ a) Equipment powered by an engine that is less than or equal to 10 years old. b) Equipment that must be used to fulfill use or reporting requirements for a grant program or other clean air initiative. Documentation of such obligations must be submitted to Owner Representative for verification. c) Equipment that is designated as low -use equipment. A Low -Use Exemption Weekly Reporting Form will be required for all equipment for which this exemption is claimed. d) Equipment that is being used to address a critical or emergency public works need, including, but not limited to, broken water mains or sanitary sewer lines. This exemption is limited to work performed in a situation in which the procurement of construction services is performed on an emergency basis, as provided for by State law. NCTCOG, 2/26/2010 Operational Requirements 1) All diesel fuel used to perform work on the public works contract shall be Ultra -Low Sulfur Diesel (ULSD) fuel which also complies with Texas Low Emission Diesel (TxLED) program requirements. This may include TxLED-compliant Biodiesel blends. 2) The Contractor shall limit idling of equipment to no more than five (5) minutes, unless the idling is applicable to one or more of the following exceptions: a) is being used for emergency response purposes; b) is idling as a necessary component of mechanical operation, maintenance, or diagnostic purposes; or c) is idling for the health or safety of the equipment operator. 3) To the greatest extent possible, Contractor shall stage equipment away from, and minimize operation near, sensitive receptors including, but not limited to, fresh air intakes, hospitals, schools, licensed day care facilities, and residences. Reporting to OWNER 1) On or before the day construction activity commences, the Contractor shall submit to the Owner Representative an inventory report containing identifying data for each piece of equipment to be used on the worksite. A form for submitting such information will be provided by the Owner Representative. This inventory may be used by the Owner Representative or Inspector to conduct site inspections and/or verify compliance with specification elements. 2) If additional equipment is brought on -site after construction begins, the Contractor shall provide this same inventory information to the Owner Representative for the new equipment on or before the day it begins work on -site. 3) Reports shall be provided for all equipment used on -site. Enforcement 1) All construction equipment used on the job site is subject to inspection by the Owner Representative or Inspector at random. 2) Contractor is responsible for ensuring that all subcontractors meet the requirements of this specification. 3) The provisions of this specification shall be enforced as [complete with specific jurisdictional languagetrequirements]. 4) If the provisions of this specification are not met, Owner may [complete with specific jurisdictional requirements, such as a monetary penalty, liquidated damages, citation, etc.]. r� NCTCOG, 2/2612010 Clean Construction Questionnaire 1. Company/Organization Name: 2. Date: 3. What exemptions, if any, would you anticipate claiming for your construction equipment* fleet in order to comply with the Clean Construction Specification for a given project? (Check all that apply) Exemption Due to Engine Less than or Equal to 10 Years Old Exemption Due to Use/Reporting Requirements of Grant Program/Other Clean Air Program Exemption Due to Low Use (Less than 10 hoursAveek on this contract) No Exemptions Anticipated 4. What actions do you believe your company/organization would have to take in order to comply with the Tier 2 or equivalent equipment standards outlined in the Clean Construction Specification for a given project (excluding exempt equipment)? A table outlining engine model years that meet Tier 2 standards is on the second page for your reference. (Check all that apply) Purchase New Equipment Repower to A Cleaner Standard (A Repower is the replacement of the existing engine with a newer engine certified to a higher Tier rating.) Retrofit Existing Equipment (A list of verified retrofits is available at www. epa. _go v/otaq/retrofrt/verif--list. htm.) Rent Cleaner/Newer Equipment Rearrange Existing Fleet to Make Sure Newest Equipment is On This Job Site No Action Necessary, Already Own Enough Tier -Compliant Equipment 5. Please estimate the percentage of additional cost that would be added to your bid price in order to comply with the Clean Construction Specification (i.e. 5% increase, 10•1 increase). 6. How many units of construction equipment do you own? 7. What is the approximate age range of your fleet? 8. Have you previously heard of emissions requirements/specifications being included in construction contracts? Yes No 9. Have you previously bid on a construction contract that included emissions -related requirements/specifications? Yes No No *Note: For purposes of the Clean Construction Specification and this Questionnaire, "construction equipment" is defined as machinery powered by an internal combustion engine of 25 horsepower or more. .s 10. If the answer to Question 9 is "Yes", please rank your overall experience with the emissions - related requirements/specifications of that Contract. Mostly Positive Somewhat Positive Neutral Somewhat Negative Mostly Negative If you would like to add any additional comments or information, please provide below: Reference Table to Determine Tier 2 Compliance Use the table below as a reference to help determine whether your construction equipment is powered by an engine that meets the Tier 2 or equivalent emissions standards required in the Clean Construction Specification. Engine Horsepower (hp) Class Model Year Tier 2 - Compliant Engines Introduced I25<hp<50 2004 I50<hp<100 2004 100<hp<175 ` 2003 175<hp<300 2003 �300<hp<600 2001 l600<hp<750 2002 Ihp>750 2006 `Note: For purposes of the Clean Construction Specification and this Questionnaire, 'construction equipment" is defined as machinery powered by an internal combustion engine of 25 horsepower or more. ... Details — Project Sign and Water -w THIS PAGE LEFT INTENTIONALLY BLANK oft Mft M oft as dft fft r r Am CITY OF FORT WORTH West Berry Streetscape Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00407 Revised July 1, 2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3" 4' 81 w 2 4' Project Title Funding 2 1. 4 r 3" 1 �^ - 2 Contractor: 1w w Contractor's Name- 2 _ 1,w 2 12w- Questions on this Project Call: 12w — (817) 392 - XXXX , w 12w — After Hours Call: (817) 392 - XXXX 1w /Rl"TYP.2 " 1 TYP. 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 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 LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 - H DATE: w zi cr_ 0 cr_ 20" 1 a- SIDEWALK VIEMEEM Em... \-1 SEAL BRASS NIPPLE -------- WITH CAP OR PLUG Do WATER MAIN BEHIND CURB 0 METER BOX AND METER 2'-6- CURB PAVEMENT B 111 IT 02 .1 2 SERVICE LINE FOR MAIN ON OPPOSITE SIDE - - - - - - - - - - - - - - 1 SERVICE LINE MATERIAL LIST WATER MAIN IN STREET O STANDARD CORPORATION BLUE VINYL TAPE, 3- WIDE, 6- ABOVE GROUND STANDARD CURB STOP & 90-ELBOW @ AREA TO BE BACKFILLED WITH SAND ORT WORT CITY OF FORT WORTH, TEXAS E1-17 MATERIAL ONE -INCH WATER SERVICE DETAIL E2-17 CONSTRUCTION DATE: FEB. 2009 WTR-001A WATER MAIN IN STREET E1-17 MATERIAL E2-17 CONSTRUCTION CURB 2'-6" O PAVEMENT-� i i= - i i i--I Ed 11=1 I I-IF(E)11-III 11-11 I- H 111111,� - III_ -1 I I-III-111 111=III=III===111=111=1 I M Ed �,------- =1 � 1= i=1 � c,:3 -III- -ll O WATER MAIN I11- BEHIND CURB o il-I I I Ij -II MATERIAL LIST O BRONZE METER FLANGE _ III O A STANDARD CORPORATION III=I I=I I © BRONZE METER FLANGE (FLG. TO M.LP.) =III=III= © FLARE CONNECTION TO CORPORATION O BRONZE METER FLANGE © COPPER TUBING (TYPE K) OI HORIZONTAL TYPE CHECK VALVE (FEM. I.P. Op FLARE CONNECTION & 90" ELBOW TO FEM. I.P.) EQUAL TO CRANE NO. 20 COMPLETE WITH PIPE PLUG O ANGLE VALVE (FEMALE I.P. TO FLG.) O 10 MIL. BLUE VINYL TAPE 3" WIDE, END OF SERVICE TO 6" ABOVE GROUND. ORT WORT CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 1-1/2 & 2-INCH WATER SERVICE DETAIL WTR-001 B i a im M PAVEMENT OR OTHER CONCRETE COLLAR SURFACE MATERIAL PER DETAIL WTR-004 -•<•:y� � • � '�. ••�'_� —': •" .:•.'.. a :i'.; y. .:.�y • '4::�v ".,• -ram- •• •. • 'f' �.{>;:'J . NOTE: DETAIL PERTAINS TO ALL GATE ~' VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED. w WATER MAIN J E1-10 MATERIAL E2-10 CONSTRUCTION ORT WORT 1 1 I I IF VALVE OPERATING I 1 NUT IS MORE THAN 3• BELOW PAVEMENT -f f- SURFACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) r MCKINLEY IRON AND STEEL CO., NO. YB5 THREE PIECE VALVE BOX APPROVED EQUAL. GATE VALVE W-0 _ El�- TORQUE BOLTS PRIOR -" - - '- TO BACKFILL W Lff L -& CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 GATE VALVE AND BOX WTR-002 dft V )6"x45' CHAMFER I 2" m SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH. 1A 2"-0 1 "0 SOLID J ROUND STOCK VARIES NOTES: 1. 1" ROUND SOLID BAR & 2" SQUARE j V %PER ATSM A-108-81, SAE 1020, / COLD DRAWN OR BETTER. V\\ �/� 2. A" TUBING PER ATSM A-512-79, SAE 1020 COLD DRAWN OR BETTER 2"m SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH. V / \ V 2X"O TUBING W/ Y4" THICK WALL &qp 3. ALL WELDS SHALL COMPLY WITH A.W.S. CODE FOR PROCEDURE, APPEARANCE, AND QUALITY OF WELDS. CITY OF FORT WORTH, TEXAS VALVE STEM EXTENSION DATE: FEB. 2009 WTR-003 so COLLAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA e I +�— FOR UNPAVED AREA 2'-0" 1— �' Y-t- W. - •.:+. 4000 PSI '.•''.:'':.'. :~"'••''�,��•- .,_,,:.:_ems`-•'•.:;.�•.r.; CONCRETE ��:: ..r;•.z�`..-°, '.-• ••; =4:"f` +� 8—#4 REBARS TYP. • . ;� `:,•�:::" :e <:»: _.: =� = n CHAMFER (TYP.) • f' ii-ICI=���— ::PA1/EMENT -'PAVEMENT-:'4. ; �'a ::a: ,. ;;' r•: �:� ::� •,.,:•�;�+ _III= Ap 2:27'':': ••;; ::a. :...: ti a'SUBG y•: 'r •: :�:?:r. ;.., ';'ti,.' `.. .. CONCRETE Y,, 1 I :..�•, .-•: '•a• i. ..L' I I � I�I CASE 1 I CASE 2 i! r SHALL EXTEND TO COLLAR TOP OF 2:27 CONCRETE (REBAR REQUIRED) CASE Z COLLAR SHALL BE 8" THICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION • O�tT WORT SECTION A -A CITY OF FORT WORTH, TEXAS GATE VALVE CONCRETE COLLAR REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. DATE: FEB. 200 WTR-004 I i i CONCRETE BLOCKING /r MAIN i /r i 6" LEAD FROM MAINS EXISTING OR PROPOSED CURB jjOTTOMB �``': • y REST CONCRETE BLOCKING 4 � • Ate. l.. J FIRE HYDRANT EXERCISE CARE TO AVOID PLUGGING DRAIN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. FIRE HYDRANT TO BE SET PLUMB EXISTING OR PROPOSED CURB " BREAKER RING w/ PAVEMENT OR OTHER SURFACE = 2 —g = BREAKER STEM OR 3' FROM FACE OF CURB f PARKWAY TRENCH c° �til BASE . —\ "�`�` EXTENSION BARREL AND STEM FOR EXTRA BURY DEPTH .l II I6" M.J. GATE VALVEvIIF NECESSARY III — 6" FIRE HYDRANT `° MINIMUM 7 C.F. GRAVEL -II LEAD LINE I=I PROPORTIONALLY AROUND BASE M +IN _ -'' — CONCRETE I I I- . BLOCKING -II III—III=III=III — CONCRETE REST III _ III ; ,III . I-1 I ICI i t-1 I I-1 I 12"x12"x6" --lill�lllll II ��,III-- +II-_ , CONCRETE �II�II�I„I�I,; III= M.J ANCHOR TEE BLOCKING OR M.J. ANCHOR _ COUPLING M.J. FIRE HYDRANT TEE MAIN—\ CONCRETE BLOCKING FIRE HYDRANT--,� BOTTOM EXISTING OR REST PROPOSED CURB .` •. �. :: }.i .; e'.f:; �:�;+:y:` �•.•:a'.`?;fit.:: ..::,�;: E1-12 MATERIAL.: /� .._•./� `.:::// ";'.j� // E2-12 CONSTRUCTION CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 Ai ����VVAAii STANDARD FIRE HYDRANT WTR-006 w PLUG X. NOTE: BEARING AREAS SHOWN ARE BASED ON 150 P.S.I.G TEST PRESSURE AND 3000 P.S.F. SOIL BEARING VALUE. TEE _. • .;,� BEND 3000 PSI CONCRETE (TYP.) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL PIPE X. SIZE (FT.) 4" 6" 8" 10" 12" 16" 20" 24" 30" 36" 42" 48" 54" 1.0 1.5 1.5 1.5 1.5 2.0 2.0 2.0 2.5 2.5 3.0 3.0 4.0 Oc0 �2SS• �'q f•, sy.•ti. .� O r HORIZONTAL BLOCKING TABLE 11.25' 22.5' 45' 90' TEE & PLUG "A" MIN. MAX " B" MIN. MAX " C" MIN. MAX " " D MIN. MAX " " E MIN. MAX AREA VOL AREA VOL AREA VOL AREA VOL AREA VOL 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 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 0.90 0.80 0.05 0.95 0.90 0.05 1.41 2.00 0.05 1.86 3.47 0.10 1.57 2.46 0.10 0.90 0.80 0.05 1.26 1.60 0.05 1.79 3.20 0.10 2.18 5.62 0.20 1.99 3.98 0.15 1.10 1.20 0.05 1.48 2.30 0.10 2.14 4.50 0.20 2.83 &00 0.30 2.38 5.56 0.20 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 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 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 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 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 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 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 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 CONSTRUCTION ORT WORT CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING DATE: FEB. 2009 WTR-008 � �^ ~~ °' CONCRETE � � � � .d� TRENCH WIDTH: 1' PIPE 24^ I.D. AND SMALLER = 24^ OR O.D. + 12— �H|CHEVER IS GREATER. 2. PIPE LARGER THAN 24^ = O.D. OF PIPE + 18~. 3. CRADLE SHALL EXTEND A MIN. OF O' BEYOND EACH SIDE OF PIPE. ---- '— ~ BELL—BELL BEND—" A���--- — ----' — -----`�--- —/�—--- 4yp. RUBBER GASKET JOINT M.J.—M.J. 6Lj / MAIN 3000 PSI CONCRETE �V-0. rfpl_ MECHANICAL JOINT MAN / ro BELL —BELL BEND—~' � 3000 PSI CONCRETE—/ | ~~ |=TYp.=} C5�� ht_ BELL AND SPIGOT JOINT � KEEP A MIN. OF 1^—O^ CLEARANCE BETWEEN CONCRETE AND JOINTS OR NOTE: °~ BOLTS ON C.I. PIPE,0R WHEN CRADLE IS SHOWN OR IN EXCESS OF 1'-0^ AS SPECIFIED FOR INSTALLATION DETAILED. ON CONCRETE P|PE, THE FULL JOINT LENGTH OF THE PIPE OR —^ FITTING SHALL BE CRADLED. E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS DATE: FEB.J0O8 ��o���������� CRADLE �~~^~�"~�^��^����� ���~~��� �� ~~...~.~ NOTES: 1O 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C. THREAD. O 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE. 6" BLIND FLANGE ATTACHED WITH BRONZE BOLTS. GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. O3 LIFTING LUGS SHALL BE PROVIDED IN QUANTITIES SUFFICIENT TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD. ® ATTACH THE 125# PATTERN BLIND FLANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INSTALLATION. O 125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE. FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RATING OF PIPE. ' © WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED. O STANDARD RUN DIAMETER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYE WIN DATE: FEB. 2009 WTR-022 i LOOPED SYSTEM EXTEND PIPE RISER ABOVE GROUND LEVEL POLY -PIG B FLOW SLEEVE EXISTING GATE VALVE i /,.,INSTALL M.J. WYE AT END OF IMPROVEMENTS. 2. RECONNECT TO EXISTING USING M.J. SLEEVE. 3. AFTER CLEANING WITH POLY -PIG, REMOVE CLEANING WYE. NON -LOOPED SYSTEM EXTEND PIPE RISER ABOVE GROUND LEVEL / POLY -PIG FLOW Zl. INSTALL M.J. WYE AT TERMINAL END OF MAIN. 2. PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN. 3. AFTER CLEANING WITH POLY -PIG, REMOVE CLEANING WYE. E1-7 MATERIAL E2-7 CONSTRUCTION - - - ORT WORT CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 1 i�i CLEANING WYE DETAIL FOR LOOPED AND NON -LOOPED SYSTEM 12" AND UNDER WTR-023 0 [283mm]� [0101621AM200110la 12 36" [327mm] 9 [28mm]� [48mm] 4 9 ��„ 12„ [251mm]� [305mm] 1 ' 15 %" j [391mm] i 18 W. _ [476mm] BOX SECTION &qp 1 V2"R [R38mm] ; noi �lml 18" _ �E54mml [457mm] [44mm] —.4--giew [8mm] his [8mm] COVER SECTION r 21" [533mm] 24" [610mm] BOX SECTION 20" _ [508mm] 18 Y" _ [464mm] 16 �4" - I [ 425m m ] a NOTE: FORT WORTH LOGO IS OPTIONAL. *FOR NON —PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR %4" & 1" METERS DATE: FEB, 2009 WTR-026 F P A IEW 1 X"R [R38mm] 26 �K" [679mm] 13 Y4" _ _ 13 Y4" _ [337mm] [337mm] 1 II 44m m ] COVER SECTION II I elf ems" [8mm] Q 30" [762mm] 27" [686mm] r/A 12 " [44mm] [305mm] 25" [635mm] BOX SECTION ORT WORT � 18" 15 34e" [457mm] [392mm] � 14" 3" [76mm] [356mm] \ 1 _ J I 4" [102mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. *FOR NON -PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 CLASS 'B' STANDARD PLASTIC METER BOX FOR 1 i2" & 2" METERS WTR-027 m nn 1-1 1 F 1 1 1-1 1 1-11 EI I F > TYPE "C" BACKFILL -II -III- SEE SPEC. E1-2.4 G.C.D. MINIMUM 6" INITIAL BACKFILL COVER SAND MATERIAL EMBEDMENT & INITIAL BACKFILL —II.v I.D. SEE SPEC. E1-2.3 G.C.D. El MINIMUM 6" EMBEDMENT 11 1-1 11-1 I I-1 I I-1 I I-1 I I-1 WATER: SIZES UP TO AND INCLUDING 12" '—'' . '''- ",TYPE "C" BACKFILL MINIMUM 12" INITIAL— -� u- I I—� SEE SPEC. E1-2.4 BACKFILL COVER B �IIII= G.C.D. II= I�f) I D. I I FILTER FABRIC- I II SUPAC-HEAVY GRADE 8NP II I I I� (UV) OR APPROVED EQUAL. MINIMUM 6" II mill EMBEDMENT -III -n i -fi CRUSHED STONE I -I 1 I -I II-I I i-_ III -Ill— I- SEE SPEC. E1-2.3 -III—III—III—III—III—III-1 G.C.D. �+ NOTE: SPECIFICATION WATER: SIZES 16" AND LARGER REFERENCES ARE FOR WATER AND SANITARY SANITARY SEWER: ALL SIZES SEWER ONLY. MATERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS " SAND GRADATION SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) • LESS THAN 10% PASSING AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND #200 SIEVE SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. • P.I. = 10 OR LESS DITCH WALL PIPE SIZE CLEARANCE I.D. MINIMUM -A pm CRUSHED STONE GRADATION 6 8.6" 8" 7.5" SIEVE SIZE RETAINED 10" 6.5" 1 " 0-10 12" 6" •- 16" 6" Y2" 40-75 20" 6" " 55-90 24" 6" 30" 9" #4 90-100 36" 9" #8 95-100 42" 9" 48" 9" ORTWORT CITY OF FORT WORTH, TEXAS DATE: NOV 2010 WATER AND SANITARY SEWER' EMBEDMENT AND BACKFILL DETAILS WTR-029 m dw NOTE: CONTRACTOR SHALL BE REQUIRED -Y4" TUBING TO COVER METER VAULT WITH PROTECTIVE GUARD. CUT-OFF IF ADAPT AS REQUIRED 2" GALV. PIPE EXISTING PRIVATE Ell I M I M I El I M I 1HEI I Ed I 1=1 I Ed I M I F9 1 1=7- 1 M SERVICE TO HOUSE .. Ll r- OR BUILDING. 7 NOTE: METER SHALL BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR. EXISTING COPPER SERVICE LINE CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 TEMPORARY SERVICE CONNECTION WTR-031 .w EXISTING PAVING 36" MAX. z z � ASPHALT COVER 2" GALV. PIPE L-15# ROOFING FELT, 36" WIDE 2-STANDARD FINISHED 2"x6" WOODEN PLANKS ORTw CITY OF FORT WORTH, TEXAS [%WTR-032 FEB.2009 INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE