Loading...
HomeMy WebLinkAboutContract 43145OR Opp ." .. a" or CITY SECRETARY D.O.E. FILE CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY FORTWORTH CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF mimRAcr Longstraw Channel Improvements City Project No. 00625 Betsy Price Mayor T.M. Higgins Interim 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 Systems 500 W. / Street, Suite 1100 Fort Worth, TX 76102 OFFICIAL RECORD CITY SECRETARY FT. WORTH$ TX w 04-24-12 p03:02 IN 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 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 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 3216 Construction Progress Schedule 01 32 33 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 66 00 Product Storage and Handling Requirements 01 7123 Construction Staking 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents Division 02 - Existing Conditions 0241 13 Selective Site Demolition CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 00 00 00 -1 TABLE OF CONTENTS Pagel of 3 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 000000-2 TABLE OF CONTENTS Page 2 of 3 0241 14 Utility Removal/Abandonment Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 80 00 Modifications to Existing Concrete Structures Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 25 00 Erosion and Sediment Control 31 3700 Riprap Division 32 - Exterior Improvements 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 3231 13 Chain Link Fences and Gates 32 32 13 Cast -in -Place Concrete Retaining Walls 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 01 31 Closed Circuit Television (CCTV) Inspection 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 46 00 Sub drainage 33 49 10 Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drain Headwalls, Wingwalls and Safety End Treatments Division 39 39 00 10 Metal Rail Repair Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements 1. North Central Texas Council of Governments (NCTCOG) Clean Construction Specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 000000-3 TABLE OF CONTENTS Page 3 of 3 END OF SECTION CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 M&C Review Page 1 of 2 �J official site of the City of Fort worth. Texas CITY COUNCIL AGENDA FORT -I COUNCIL ACTION: Approved on 413/2012 DATE: 413/2012 REFERENCE *''C-25540 NAME: LOG 2000NSTRUCTION_LONGSTRAW CHANNEL CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with Humphrey & Morton Construction Company, Inc., in the Amount of $873,649.50 for Longstraw Channel Improvements (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Humphrey & Morton Construction Company, Inc., in the amount of $873,649.50 for construction of the Longstraw Channel Improvements project. DISCUSSION: The construction contract recommended by this Mayor and Council Communication will facilitate the replacement/widening of the existing concrete channel located north of Longstraw Drive from Buttonwood Drive to North Beach Street, replacing the existing concrete lined channel located between Buttonwood Drive and Strawberry Way with storm drain pipe, and installing maintenance access ramps. The improvements are required to correct structural deficiencies and to provide more capacity in the channel. Costs for the implementation of this project will be funded by the Storm Water Capital Projects Bond Fund. The project was advertised for bid on November 11, 2011 and November 18, 2011 in the Fort Worth Star -Telegram. On December 9, 2011, the following bids were received: BIDDERS AMOUNT TIME OF COMPLETION Humphrey & Morton Construction Company, Inc. $ 873,649.50 250 Calendar Days The Fain Group, Inc. $ 922,250.30 Jet Underground Utilities, Inc. $ 956,867.30 Rebcon, Inc. $1,076,892.15 Ed A. Wilson, Inc. $1,109,383.50 McMahon Contracting $1,111,403.56 2L Construction, LLC $1,254,281.20 It is recommended that the contract be awarded to Humphrey & Morton Construction Company, Inc., in the amount of $873,649.50. Funding in the amount of $134,560.00 is included for associated construction survey, project management, materials testing, and inspection. The contingency fund for possible change orders is $26,209.48. Humphrey & Morton Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/ BE participation. The City's goal on this project is 22 percent. This project is located in COUNCIL DISTRICT 4, Mapsco 35V and 36S. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Storm Water Capital Projects Bond Fund. httn://www.fortworthpov.org/council nacket/mc review. asn?ID=16557&councildate=4/3/._. 4/13/2012 M&C Review Page 2 of 2 TO Fund/Account/Centers Submitted for Citv Manaaer's Office bv: Ori inatina Department Head: Additional Information Contact: ATTACHMENTS M AND C 00625. pdf in i I1 II 1 FROM Fund/Account/Centers P227 541200 2042800625 83 $873,649.50 Fernando Costa (6122) Douglas W. Wiersig (7801) Michael Owen (8079) http://www.fortworthgov.org/council packet/mc review.asp?ID=16557&councildate=4/3/... 4/13/2012 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 to the Specifications & Contract Documents for LONGSTRAW CHANNEL IMPROVEMENTS CITY PROJECT NO. 00625 Bid Submittal Due Date: November 17, 2011 Addendum No. 1 Issued: November 11, 2011 This Addendum No. 1, forms part of the PROJECT MANUAL for the above referenced project and modifies the documents of the same. The PROJECT MANUAL and PROJECT DRAWINGS for the above mentioned project are revised and amended as follows: PROJECT MANUAL Section 00 42 43 — BID PROPOSAL Remove the BID PROPOSAL and replace with the attached REVISED form. Modifications include the following: 1. Adding Bid List Item Number 3900.0100 for Handrail (Repaired and Repainted) 2. Added Bid List Item 3900.0200 Irrigation Adjustment Allowance 3. Revised the bid quantity for Bid List Item No. 0241.0800 "Remove Rip Rap" to 47,193 SF. 4. Added end section to BID PROPOSAL for Bit Total. Section 01 57 13 — STORM WATER POLLUTION PREVENTION The SWPPP Manual prepared by the design consultant has been uploaded to Buzzsaw as information for the contractor. Section 39 00 20 — IRRIGATION ADJUSTMENT ALLOWANCE This specification was added to the Bid List Item 3900.0200 Irrigation Adjustment Allowance. CLARIFICATIONS 1. 6' temporary chain link fence is required along the length of both sides of the property and is subsidiary to the cost of fence removal (See Section 02 41 13 "Selective Site Demolition"). 2. The pulverization and overlay (POL) process WILL be required to be constructed by a Pre - qualified contractor. Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: Addendum No. 1 1 of 2 November 11, 2011 "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. VNCCEIP T ACKNOWL€DYED Douglas W. Wiersig, P.E. DIRECTOR �11 TRANSPORTATION & PUBLIC WORKS elt- Company: ML l,& yolk 61J74 4CTitJG 44 Michael� �n,E. Project Manager Addendum No. 1 2 of 2 November 11, 2011 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidlist Item Description No. 0241.0100 0241.0100 Remove Sidewalk 0241.0500 0241.0500 Remove Fence 0241,0600 0241.0600 Remove Wall <4' 0241,0800 0241.0800 Remove Rip Rap 10241.1300 0241.1300 Remove Conc Curb&Gutter 1 0241.1100 0241.1100 Remove Asphalt Pvmt _ 10241.1700 0241.1700 Pavement Pulverization 10241.4001 0241.4001 Remove 10' Curb Inlet 13110.0101 3110.0101 Site Clearing 13123.0101 3123.0101 Unclassified Excavation 13125.0101 3125.0101 SWPPP 2 1 acre 1 3137.0101 3137.0101 Concrete Riprap 1 3211.0600 3211.0600 Cement 3211.0701 3211.0701 6" Cement Treatment 3212.0304 3212.0304 4" Asphalt Pvmt Type D 3213.0301 3213.0301 4" Conc Sidewalk 13213.0401 3213.0401 6" Concrete Driveway 1 3216.0101 3216.0101 6" Conc Curb and Gutter 13231.0113 3231.0113 6 Chain Link, Steel 3231.0305 3231.0305 17 Gate, Steel 13231.0412 3231.0412 6' Fences, Wood 3291.0100 3291.0100 Topsoil 3292.0100 3292.0100 Block Sad Placement 13301.0101 3301.0002 Post -CCTV Inspection 3305.0207 3305.0207 Imported EmhedmentBackfill, Select Fill 3341.0309 3341.0309 36" RCP, Class III 3341.0605 3341.0605 66, RCP, Class III 3346.0008 3346.0008 4" Pipe Underdrain, Type 8 3349.0006 3349 0006 Storm Junction Structure 3349.5Wl 3349.5001 10' Curb Inlet 3232.0201 3232.0201 TxDOT Std Ret Wall - RW 1 (L) A 13900.0100 Handrail (Repaired and Repainted) - Install 3900.0200 Irrigation Adjustment Allowance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNGNTS Form Rmimd 20110627 00 42 43 BID PROPOSAL Page 1 of 1 REVISED PER ADD. NO. 1 Bidder's Application Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 0241 13 SF 653 0241 13 LF 4015 0241 13 LF 336 0241 13 SF 47193 0241 15 LF 110 02 41 15 SY 245 02 41 15 SY 224 02 41 14 EA 2 31 10 00 LS 1 312316 CY 9497 31 25 00 LS 1 31 37 00 SY 7701 321133 TN 3 321133 SY 224 32 12 16 SY 245 321320 SF 653 321320 SF 1397 321613 LF 110 32 31 13 LF 268 32 31 26 EA 2 323129 LF 3734 32 91 19 CY 399 329213 SY 2826 33 01 31 LF 209 330510 CY 406 33 41 10 LF 15 33 41 10 LF 209 33 46 00 LF 3572 334910 LS 1 33 49 20 EA 2 323213 SF 560 390010 EA 4 39 00 20 LS 1 $6,000.00 $5,000.00 BID TOTAL 00 410000 42 43_00 43 13_00 43 37_Bid Form-Pmpwal-Bond_Vc"dor Co-plinnee - Add No I.As 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 00 11 13-1 INVITATION TO BIDDERS Pagel of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Longstraw Channel Improvements, City Project No. 00625 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, November 17, 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: Remove and widen/reconstruct 2100 LF of existing concrete channel, installing 200 LF of 66" RCP and removing and reconstructing 2-10' curb inlets. 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 httn://www.fortwortheov.orlJnurchasinL/ 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 7" 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: N/A. 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: Monday, October 31 ", 2011 TIME: 10: 00 AM central standard time PLACE: 1000 Throckmorton Room #270 Fort Worth, Texas 76102 LOCATION: Transportation and Public Works Conference Room — located on 2"dfloor of City Hall CITY'S RIGHT TO ACCEPT OR REJECT BIDS CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 City reserves the right to waive irregularities and to accept or reject bids. 2 3 INQUIRIES 4 All inquiries relative to this procurement should be addressed to the following: 5 Attn: Michael Owen, P.E. City of Fort Worth 6 Email: Michael.owen@fortworthgov.org 7 Phone: (817) 392-8079 8 AND/OR 9 Attn. Michael Hobbs, P.E., Transystems 10 Email: mrhobbs@transystems.com 11 Phone: (817) 3344449 12 13 ADVERTISEMENT DATES 14 October 20, 2011 15 October 27, 2011 16 17 END OF SECTION CITY OF FORT WORTH LONGSTRA If CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 so oft Am r� 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13- 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1. L Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO 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. L 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. L 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 - 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. 3.5. Special qualifications required for this project include the following: N/A. 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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 0021 13 - 3 INSTRUCTIONS TO BIDDERS an 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 1t 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. 19 20 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 21 between the Contract Documents and such other related documents. The Contractor 22 shall not take advantage of any gross error or omission in the Contract Documents, 23 and the City shall be permitted to make such corrections or interpretations as may 24 be deemed necessary for fulfillment of the intent of the Contract Documents. 25 26 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRA WCHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 002113-4 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 - 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: Michael Owen, P.E., Transportation and Public Works Fax: (817) 392-7854 Email: michael.owena@fortworthgov.org Phone: (817) 392-8079 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 i1' I #' i oiAkg Y;9 g 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 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 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 1 l .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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL /MPRO VEMEN7S City Project No. 00625 r= am 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 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 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. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. CITY OF FORT WORTH LONGSTR9WCHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates (if any) will be made available 4 to Bidders after the opening of Bids. 5 6 16. Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time period specified for Notice of Award 8 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 9 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 10 11 17. Evaluation of Bids and Award of Contract 12 13 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 14 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 15 and to reject the Bid of any Bidder if City believes that it would not be in the best 16 interest of the Project to make an award to that Bidder, whether because the Bid is 17 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 18 meet any other pertinent standard or criteria established by City. City also reserves 19 the right to waive informalities not involving price, contract time or changes in the 20 Work with the Successful Bidder. Discrepancies between the multiplication of units 21 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 22 between the indicated sum of any column of figures and the correct sum thereof will 23 be resolved in favor of the correct sum. Discrepancies between words and figures 24 will be resolved in favor of the words. 25 26 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 27 among the Bidders, Bidder is an interested party to any litigation against City, 28 City or Bidder may have a claim against the other or be engaged in litigation, 29 Bidder is in arrears on any existing contract or has defaulted on a previous 30 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 31 Bidder has uncompleted work which in the judgment of the City will prevent or 32 hinder the prompt completion of additional work if awarded. 33 34 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 35 other persons and organizations proposed for those portions of the Work as to which 36 the identity of Subcontractors, Suppliers, and other persons and organizations must 37 be submitted as provided in the Contract Documents or upon the request of the City. 38 City also may consider the operating costs, maintenance requirements, performance 39 data and guarantees of major items of materials and equipment proposed for 40 incorporation in the Work when such data is required to be submitted prior to the 41 Notice of Award. 42 43 17.3. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility, qualifications, and financial 45 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 46 organizations to perform and furnish the Work in accordance with the Contract 47 Documents to City's satisfaction within the prescribed time. 48 49 17.4. Contractor shall perform with his own organization, work of a value not less than 50 35% of the value embraced on the Contract, unless otherwise approved by the City. 51 CITY OF FORT WORTH LONCSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 so .a 0" ME l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 _m 72 2 3 4 5 6 7 8 9 10 11 12 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 Pagel of 3 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you') to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS 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. htti)://www.ethics.state.tx.us/forms/CIO.t)df htti)://www.ethics.state.tx.us/forms/CIS.Ddf 0 CIQ Form is on file with City Secretary Q 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: dctmp� r" PY)or,4on C- Company Address f7+.wor+1 119.7&/24 City/State/Zip By: 0 ( lea rl t) atu Title: P1✓ K T (Please Print) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 0035 13 - 2 CONFLICT OF INTEREST AFFIDAVIT r! Page 2 of 3 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business vnth local govefurnental entity no gmwbomuwo rwaecb made to gm law by H.B. Sol. qft L"_ tUguhr saaaaie. --- OFFICEUSEtJM1Y This qi . - _ isbeing filed in . .. w*h Chapter 178. Luna! fl . _. : . Code oat R,,Wa by a person who has a business _ . ' , as defined by Section 176.001(1-a) with a local _ ,al enURy and the person nneets requirerrumils under Section 176.005(a). By taw His questionnaire must be fled nih the mwnis adrriricsb-aior of the local,, . _ tan entity not later than the I th business day after the dAe Qre person becomes aware d facts Omt require Me stailernenl to be Tiled- See Section 176A06. Local (7. _ _ t Cade. A person carnmit . an offense if the person kriawitgly vialates Section 170-006, Local Government Code -Arc offense under His section is a Class C Name of ptason ubo a business eeLdkm ip wiM beat . : . ' entitJl D0,V �, 5. tip -61 1-, rat1 -CC r ti lh f>!1 r /�.�L� r �t'7L i l�� `��1,: (''�- 1 L�3i �.� 1t ��-��``i � ✓l (° Check This boat if you aeiirag arc n4date to a peuwioursy lied que9tirrriwaire- (The taw requwres that you file an updated comple4ed questionnaire with the appropriate fling authority not lacer than the 71h business day after the date the erigiufyiced questionnaire becomes incomplete or macorate_) 3 Ilarte of Ioca1 Qorerrnwnernt dtieer widli urfrorrn Tile has employinad or business adationsh¢ Name of Officer This section (item 3 including subparts A. B. C d 0) mast be carnpleled for each officer with wham the filer has an empioyinerd or adw business reWitinship as defined by 5eodon 170.001(la). Loral Gover mnent Cade- Attach addbmA pages to this Form C10 as rmcessay. A. Is the " govemrrnem taff m named in fts section reoemmg or Mely to receme taxable Numme, atlher than meslment income. from the filer of like questionnaire? Yes r__jNo B. Is life filer of the questionnaire iecewig or likely to receive taxable incaoe. other than inveshn ent income. fiom or at the threctien of the brat gn"mrerrt officer named in This secoan AND Hoe taxable income is not received firm the local h.- - . l enW. FIVe- EDNo C. Is Hoe ilex of this questionrwe employed by a corporation or other business entity with respect to Mich the local govemmeert officer serves as an officer or director, or holds an ownership of 10 percent or mate? 0- Describe each : or business relations* ailh the local government officer named in this section. �sign'ltttie ar 2JAng rwu,ess Wm enmy Date Adopted D612912007 CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 r4 003513-3 CONFLICT OF INTEREST AFFIDAVIT Page 3 of 3 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (klsvucbons torccnViedng and fbV this fern are pnywded an the nerd page.) Tale w"umrubo ratlocin chenpoa made to the low by wa- le", code tag.. smalm- [7FF7DE IIBEOtl�1r� This is the notice to the appropriate focal governmental erwbty that the kAbwirrg Iota; k . _ . � 1 cf5cer has become aware aftacts that requWe#m elfioer to ile lfris cratemer t DR* wemkea in acca mUwme u*h Chapter 170. Local Government Code. 11 Kam of Local Government Officer 21 Office Held _ 1 Mane of person described by Sections 176.0(k2(a) and 176_063(a). Local Government Code JDesmiption of the nature and extent of employment or other business relationship with person ruined in item 3 JUst gigs accepted by the local governme d officer and awry family reember. excluding gifts described by Section 176.003(a-1), if aggregate raiue of the gifts accepted from person named in itemn 3 emceed $250 dtaing the 12aronth period described by Section 176_0034a)(2148) Date Gift Accepted Description dG4. J Dale Gift Accepted Description of Gift Date Gift Accepted Description of CA (attach additmal fomis as necessary) i a w"m under penaltlr or per}try Ora[ 1w abase stak� is tee are area I ammaeaje Mat Ow c1%W*vre apples b a tralty m mber tag deUned by Section 176=1(2J Local Gmwmla t code) N fts 1=9 gavam ert Wooer I also admmletl Fla tees sU*merd corers the t24m nh perttl descrloed by Secllm 176.0031aj Loral C; menm mt Code. Slylatwe d Local Gwcrnmerlt Meer AFFIX NOT&"" oTAYP I BeAl ANOVE awcm to and subscrUcd beSm me, by the ssW this ee dory or _2lf ,bcelery 71111ch, Mhe76 mr hrnd arld seslocame. 8h,naai eor amces.,; -, . eum Pdrrted name of Weser adrFWnlsrenng oath END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 TWe or anbcer adrntNsserrng oath AAopted 06129r2007 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 625 Units/Sections: N/A 1. Enter Into Agreement SECTION 00 4100 BID FORM Longstraw Channel Improvements from Strawberry Way to Beach Street 00 41 00 BID FORM Page I 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.L 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 refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between 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 Form Revised 20110627 00 410000 42 43_00 43 13_00 43 37 Bid Form -Proposal -Bond —Vendor Compliance.xls 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Asphalt Paving/Heavy Maintenance - Asphalt Pavement, Pavement Pulverization and Cement Treatment b. C. d. 4. Time of Completion 00 41 00 BID FORM Page 2 of 3 .r 4.1. The Work will be complete for Final Acceptance within 250 days 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. c. Proposal Form Section d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 h. Any 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revived 20110627 00 41 00_00 42 43_00 43 13_00 43 37_Bid Form -Proposal -Bond —Vendor Compliance.xls '�' �rt 7. Bid Submittal This Bid is submitted on 17-Nov-11 Respectfully s b By (S' afore) M avid S. u nhrev to ame) Title: President Company: Humphrey & Morton Construction Company, Inc. Address: P.O. Box 8057 Fort Worth, TX. 76124 State of Incorporation: Texas Email: david0hum0revandmorton.com aA Phone: 817-478-8088 sw NO 00 41 00 BED FORM Page 3 of 3 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: jAddendum No. 3: Addendum No. 4: END OF SECTION Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 410000 42 43_00 43 13Form-Proposal-Bond—Vendorp_00 43 37_Bid Com Nance - Add No 1 � UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information 00 42 43 BID PROPOSAL Page 1 of 1 REVISED PER ADD. NO. 1 Bidder's Application Bidder's Proposal Bidlist Item �pa� Specification Unit of Bid Quantity Unit Price Bid Value No. Section No. Measure _ 0241.0100 0241.0100 Remove Sidewalk 024113 SF 653 $1.80 $1,175-40 0241.0500 0241-0500 Remove Fence 0241 13 LF 4015 $620 $24,893.00 0241.0600 0241.0600 Remove Wall <4' 02 41 13 LF 336 $8-90 $2,990.40 _ 0241.u000 0241.0800 Remove Rip Rap 0241 13 SF 47193 $0.80 $37,754.40 0241.1300 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 110 $10.00 $1,100-00 0241.1100 0241-1100 Remove Asphalt Pvmt 024115 SY 245 $1.00 $245.00 0241.1700 0241.1700 Pavement Pulverization 0241 15 SY 224 $6 10 $1,366.40 0241.4001 0241.4001 Remove 10' Curb Inlet 0241 14 EA 2 $600.00 $1,200.00 3110.0101 31%0101 Site Clearing 31 10 00 LS 1 $41,370-00 $41,370 00 3123.0101 3123.0101 Unclassified Excavation 312316 CY 9497 $15.00 $142,455.00 3125-0101 3125.0101 SWPPP a 1 acre 312500 LS 1 $1,070.00 $1,070.00 3137.0101 3137.0101 Concrete Riprap 313700 SY 7701 $47-80 $368,107.80 3211.0600 3211.0600 Cement 321133 TN 3 $156.50 $469.50 3211.0701 3211.0701 6" Cement Treatment 321133 SY 224 $4.90 $1,097.60 3212-0304 3212.0304 4' Asphalt Pvmt Type D 321216 SY 245 $43.60 $10,682.00 y 3213.0301 3213.0301 4" Conc Sidewalk 321320 SF 653 $4-30 $2,807.90 3213.0401 3213.0401 6' Concrete Driveway 321320 SF 1397 $6.30 $8,801.10 3216.0101 3216-0101 6" Conc Curb and Gutter 321613 LF 110 $18.00 $1,980.00 3231.0113 3231.0113 6' Chain Link, Steel 3231 13 LF 268 $22-80 $6,110-40 _ 3231-0305 3231.0305 12' Gate, Steel 32 31 26 EA 2 $4,47620 $8,95140 3231.0412 3231.0412 6' Fences, Wood 32 31 29 LF 3734 $18.40 $68,705.60 3291.0100 3291.0100 Topsoil 3291 19 CY 399 $16.50 $6,583.50 3292.0100 3292.0100 Block Sod Placement 3292 13 SY 2826 $3.70 $10,456.20 3301.0101 3301.0002 Post -CCTV Inspection 33 01 31 LF 209 $3.10 $647.90 3305.0207 3305.0207 Imported EmbedmentBackfill, Select Fill 330510 CY 406 $7.30 $2,963.80 3341.0309 3341.0309 36" RCP, Class III 33 41 10 LF 15 $78.00 $1,170.00 3341-0605 3341.0605 66"RCP, Class III 334110 LF 209 $259-00 $54,131.00 3346.0008 3346.0008 4" Pipe Underdrain, Type 8 33 46 00 LF 3572 $5.60 $20,003.20 3349,0006 3349.0006 Storm Junction Structure 3349 10 LS 1 $7,740.00 $7,740.00 3349.5001 3349.5001 10' Curb Inlet 33 49 20 EA 2 $1,630.00 $3,260.00 3232.0201 3232.0201 TxDOT Std Ret Wall - RW 1 (L) A 323213 SF 560 $40.00 $22,400.00 3900.0100 Handrail (Repaired and Repainted) - Install 390010 EA 4 $1,490.00 $5,960.00 3900.0200 Irrigation Adjustment Allowance 39 00 20 LS 1 $5,000.00 $51000.00 BID TOTAL $873,649.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "' Form Revised 20110627 00 41 00 00 42 43_00 43 13_00 43 37_Bid Form-Proposal-Bond_Vmdor Complimce - Add No 1 aw SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of I That we, (Bidder Name) hereinafter called the Principal, and (Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Dollars the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Longstraw Channel Improvements from Strawberry Way to Beach Street NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this _ By: *By: Surety Nam l'Iere *Attach Power of Attorney (Surety) for Attorney -in -Fact day of , 2011. (Signature and Title of Principal) (Signature of Attorney -of -Fact) Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS am Form Revised 20110627 00 41 00_00 42 43_00 43 13_00 43 37_Bid Form-Proposal-Bond_Vmdor Compliance.xls 0043 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER a Texas Goverment 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 filled 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 `,iatc I lcry ,lr Blank our principal place of business, are required to be "I [ I c rc percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank 1, 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. BIDDER: Company: Humphrey & Morton Construction By: o yAddress: P.O. Box 8057 Fort Worth, TX. 76124 ( ignatuyA�' Title: President Date: L 1— ` ! ` ` l END OF SECTION CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ^ Form Revised 20110627 00 410000 42 43 00 43 13_00 43 37 Bid Form-Proposal-Bond_Vendor Compliance • Add No 1 _ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 - 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A 36 37 38 39 40 41 42 43 44 0045 11 - I BIDDERS PREQUALIFICATIONS Page I of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxDermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00615 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in = 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State _ 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. r 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months „ 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current - 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. _ 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. _ 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must — 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 3 4 5 i' 6 7 �w 8 9 �F �.w =I, -m'm mq� A � IR : 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 00 45 12 - 1 PREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION 00 45 12 L 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s) listed. 6 Major Work Prequalification Type Contractor/Subcontractor Company Name Expiration Date Asphalt Paving / Heavy Maintenance ' �" ` `' C s /�� G / C , 0,rZe/2 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: 13 Iu Yrl�hre.�(� ar-b v� 14 C6 ` bVl oi�LJ�Q n 15 Company 16 17 p o./`' �905'7 18 Address 19 20r ,7%� z 21 City/State/Zip 22 23 By: mDA r Signatut, Title: T re� (Please Print) Date: 1 o ✓er. be r/ 7, z o l r 24 25 END OF SECTION 26 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 rt + FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Olndividual QLimited Partnership Name under which you wish to qualify QGeneral Partnership Q Corporation QLimited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax E-mail Address Area Code Number Area Code Number Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONNAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET L — FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: 'BIDDER PREQUALIFICATION APPLICATION" 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ' d_ Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it �.� 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 00625. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 l wm p h red O /� O r-I�vn 11 1_- �D n �T I`L�Ci� o Y� n u . I ►�t C • By: 12 Company ( ea r "it 13 14 p, 0, O ( Signa re� F 15 Address 1/ 16 17 1t 4 �, �D lr't'Yl 1 � � � � � Z Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 .. 23 COUNTY OF TARRANT § 24 25 BEFO ME, the under igned authority, on this day personally appeared .= 26 ':DaU 1( 5. 1Jl vt'Yl,f 11 r tt4 , known to me to be the person whose name is 27 subscribed to the for glom instrum t, and acknowledged to me that he/she executed the same as 28 the act and deed of �l'><d h (=41f, d . (rr . %nC , for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this ' day of 32 j(/ o J e, m be- r- , 201t. 33 34 35 ' 36 NotaryPublic ' and for the StA6 of Texas 37 �- 38 END OF SECTION KAY BARNEY ®, NOTARY PUBLIC 39 '�'OF ��y STATE OF TEXAS W COMM. EXP.10-26-2015 CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 r Revised July 1, 2011 =I-- 00 45 39 - 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL +r•r Page I of I 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 .. ti 14 M/WBE PROJECT GOAL 15 The City's M/WBE goal on this project is 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: i 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 NUV1iBE, documentation an per to the appropriate employed of the 33 Managing Department and obtain a A-ke/ttme rece>IA Such receipt shall be evtden� thaf the pity 34 received: the: documentaticl in the time allocated: = A faxed copy will not be accepted: 35 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) working days after the or exceeded: bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the Utilization Form, if participation is less than bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the Utilization Form, if no M/WBE participation: bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) working days after the perform all subcontracting/supplier work: bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) working days after the to meet or exceed goal. bid opening date, exclusive of the bid opening date. .. 36 37 END OF SECTION CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 .1b Revised October 17, 2011 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 ` 2 AGREEMENT 3 THIS AGREEMENT, authorized on kO '3 ,2 o, z, is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and HUMPHREY & MORTON CONSTRUCTION COMPANY. INC., authorized 6 to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Longstraw Channel Improvements 16 City Project #00625 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 2S0 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will — 26 suffer financial loss if the Work is not completed within the times specified in Paragraph 27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 30 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 32 City Eight Hundred Seventy -Three Thousand Six Hundred Forty -Nine &501100 33 Dollars ($873,649.50), for each day that expires after the time specified in Paragraph 3.2 34 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011 dft i i wo i 00 52 43 - 2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of EIGHT HUNDRED SEVENTY-THREE 38 THOUSAND SIX HUNDRED FORTY-NINE &50/100 Dollars ($873,649.50). 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non -Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents (project specific) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MWBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 CITY OF FORT WORTH w, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 20I 1 00 52 43 - 3 Agreement Page 3 of 4 73 Article 6. INDEMNIFICATION 74 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 75 expense, the city, its officers, servants and employees, from and against any and all 76 claims arising out of, or alleged to arise out of, the work and services to be performed 77 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 78 under this contract. This indemnification provision is svecificallv intended to operate 79 and be effective even if it is alleged or proven that all or some of the damages being 80 sought were caused. in whole or in part. by anv act. omission or negligence of the city. 81 This indemnity provision is intended to include, without limitation, indemnity for 82 costs, expenses and legal fees incurred by the city in defending against such claims and 83 causes of actions. 84 85 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 86 the city, its officers, servants and employees, from and against any and all loss, damage 87 or destruction of property of the city, arising out of, or alleged to arise out of, the work 88 and services to be performed by the contractor, its officers, agents, employees, 89 subcontractors, licensees or invitees under this contract. This indemnification 90 provision is specifically intended to operate and be effective even if it is alle eg d or 91 proven that all or some of the damages being sought were caused. in whole or in part, 92 by anv act, omission or negligence of the city. 93 94 Article 7. MISCELLANEOUS 95 7.1 Terms. 96 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 97 have the meanings indicated in the General Conditions. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the City. 101 7.3 Successors and Assigns. 102 City and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to all covenants, agreements and 104 obligations contained in the Contract Documents. 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 remaining provisions shall continue to be valid and binding upon CITY and 109 CONTRACTOR. 110 7.5 Governing Law and Venue. ill This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011 i 00 52 43 - 4 Agreement Page 4 of 4 114 7.6 Other Provisions. i 115 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 116 classified, promulgated and set out by the City, a copy of which is attached hereto and 117 made a part hereof the same as if it were copied verbatim herein. 118 7.7 Authority to Sign. 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly i 120 authorized signatory of the Contractor. 121 122 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 123 counterparts. 124 125 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 126 1' ontractor: Hvm?�r Aor City of Fort Worth r-' By: / 4W Fernando Costa Assistant City Manager 0000000 00 i (Signature) 0 0 Date 4 2 3�Z ;; o 0 a i Q5. !-�tc �71 p� 00 r d V �' 0 0 0 0 i Attest:.' o � (Printed Name) M J yse , °00 000 *, y Ctt�Secretary �� °A,54a.�,p" L (Seal) �hvox,� MR Title:�l��`� 1 � PihT Address: R D. �' b Z 0 '7 . M&C � � Z S5 �F,� T Date: � . 3 - 12— City/State/Zip: �-�, �� � / x .7 �1 7-4pr as CZ! F eM and Legality: -Pai 1.4 DatV Douglas W. Black Assistant City Attorney 127 i 128 129 APPROVAL RECOMMENDED: 130 131 � • / % 132 �(J ` 133 oug Wiersig, P.E. 134 D ector, Department of 135 Transportation and Public Works 136 .. 'OFFICIAL RECORD CITY OF FORT WORTH CITY SECRETARYFT. WORTH i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS f TX Revised November 09, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § 0061 13-1 PERFORMANCE BOND Page I of 2 Bond No. 46BCSFR1758 KNOW ALL BY THESE PRESENTS: That we, Humphrev & Morton Construction ComrJanv, Inc. known as "Principal" herein and Hartford Fire Insurance Comaanv , 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, Eight Hundred Seventy -Three Thousand, Six Hundred Forty -Nine Dollars and Fiftv Cents Dollars ($873,649.50), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, the Prii has entered into a certain written contract with the City 19 awarded the day of , 20_, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as Longstraw Channel Improvements, City 23 Project #00625. 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 Bond No. 46BCSFR1758 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day o1F APR 0 3 201$_. ATTEST: (Principa Secretary Witness as to Principal Witnesls�totety Elizabeth Gray`. PRINCIPAL: HUMPHREY & MO ON ONST� MPA Y. C. ' � Signature David S. Humnhrev. Presid r it _ Name and Title Address: P.O. Box 8057 _ Fort Worth. Texas 76124 SURETY: HARTROIRD FIRE INSURANCE COMPA, BY: )C, / � LW&AV4,Al -/ Kvle W. Sweenev. Attomev-in-Fact Name and Title Address: 3000 Internet Blvd. Suite 600 Frisco. Texas 75034 Telephone Number: 469-287-1023 *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 authorify-fi s**sugh obligation. If Surety's physical address is different from its mailj* address, bot`-1>-� it be provided. The date of the bond shall not be prior to the date tlt -Contract is awarde&- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 0061 14 - 1 PAYMENTBOND Page 1 of 2 Bond No. 46BCSFR1758 _ 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Humphrey & Morton Construction Company, Inc. known as "Principal" 9 herein, and Hartford Fire Insurance Company a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 11 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 13 penal sum of Eight Hundred Seventy -Three Thousand, Six Hundred Forty -Nine Dollars & 14 Fifty Cents Dollars ($873,649.50), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS; Principal has entered into a certain written Contract with City, awarded the 19 day of r 1' f; `' t i c , 20_, which Contract is hereby referred to and made a part 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 21 other accessories as defined by law, in the prosecution of the Work as provided for in said 22 Contract and designated as Longstraw Channel Improvements, City Project #00625. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 0061 14-2 PAYMENT BOND Page 2 of 2 Bond No. 46BCSFRI758 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day o¢l i'` 0 4) L. ! 220_ N, 3 i ATTEST: '* (Principal)6secretary U Witness as to Principal ATTEST: (Surety) Secretary PRINCIPAL: HUMPHREY & MORTON CWSTRUCTIC)N/CONAPANY. C. Signature David S. Humvhrev. Pr@ 'die Name and Title Address: P.O. Box 8057 Fort Worth, Texas 76124 SURETY: HARTFORD FIRE INSURANCE COMPANY BY: h/ Sign Kvle W. Sweenev. Attorney -in -Fact Name and Title w Address: 3000 Internet Blvd.. Suite 600 Frisco, Texas 75034 Witnesslag to Surety Elizabeth ray Telephone Number: 469-287-1023 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 SECTION 00 61 19 MAINTENANCE BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § 0061 19-1 MAINTENANCE BOND Page 1 of 3 Bond No. 46BCSFRI758 KNOW ALL BY THESE PRESENTS: That we Hum Arev & Morton Construction Comaanv. Inc. , known as "Principal" herein and Hartford Fire Insurance Companv , 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 Eight Hundred Seventy -Three Thousand, Six Hundred Fortv-Nine Dollars & Fifty Cents Dollars ($873,649.50), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the , day of APR 0 3 M17. 20_, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Longstraw Channel Improvements, City Project #00625; 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 thereof at any time within the Maintenance Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 006119-2 MAINTENANCE BOND Page 2 of 3 Bond No. 46BCSFR1758 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 006119-3 MAINTENANCE BOND Page 3 of 3 Bond No. 46BCSFRI758 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of Al"R 0 3 20012, 20—. i 3 4 PRINCIPAL: 5 HUMPHREY & M RTO 6 CONSTR CTI0% ,O Y. INC 7 8 �A B / 9 Signature i 10 ATTEST: �- 11 12 �� David S. Humphrey. President ` �� n 13 (Principal) cretary Name and Title i 14 15 Address: P.O. Box 8057 16 Fort Worth. Texas 76124 17 18 19 Witness as to Principal 20 SURETY: i 21 HARTFINSURANCE22 COMPAN _ 23 Na/� 24 BY: _ 25 ure 26 27 Kvle W. Sweenev. Attomev-in-Fact 28 ATTEST: Name and Title 29 30 Address: 3000 Internet Blvd.. Suite 600 31 (Surety) Secretary Frisco. Texas 75034 32 33Q 34 WitnessAs to Surety Elizabeth Gra Telephone Number: 469-287-1023 i 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If i 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. i 40 M PMV CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint .. You may contact your agent. You may call Hartford Insurance Group at the toll free telephone number for information or to make a complaint at: 1-800-392-7805 You may also write to The Hartford: The Hartford Hartford Financial Products 2 Park Avenue, 5th Floor New York, New York 10016 1-212-277-0400 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance Para obtener informacion o para someter una queja. Puede comunicarse con su agente. Usted puede Ilamar al numero de telefono gratis de The Hartford Insurance Group para indormacion o para someter una queja al 1-800-392-7805 Usted tambien puede escribir a The Hartford. The Hartford Hartford Financial Products 2 Park Avenue, 5th Floor New York, New York 10016 1-212-277-0400 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax Number (512) 475-1771 Fax Number (512) 475-1771 Web: hfp://www.tdi.state.tx.us Web: hfp://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIMS 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 your information only and does not become a part or condition of the attached document. F-4275-1, rFX4275-1 HR 42 H006 00 0807 DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con su agente primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. r Direct Inquiries/Claims to: POWER OF ATTORNEY THE H �oord FORD laza Hartford, Connecticut 06155 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 46-501533 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Charles D. Sweeney, Kyle W. Sweeney, Michael A. Sweeney, Bobby E. Mayo, Elizabeth Gray of Ft Worth, TX their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. > d'/ca•.rE.fteif a 0�i" ,,•�yy��p,,�� t oet• ��. .77 a �r a ai 1597 " • o� R_+ cF i�� • �;a- i A �r+� ,�s �;µ '`er.rrr,/�Ji �•arra► 979pe;;vi\1970� I9t9 IF '� 1tr� • . '4 qa,5• �i•r�1•', • \.� �,. Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Assistant Vice President -- STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 4t E. A� H �1Mr>1Hi��. * R Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, 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 effective as ofAPR 0 3 L 1 Signed and sealed at the City of Hartford. t ysnyy t ,^trs t p %ru"� o ��+>� ��waR.r/,rt��r a �®S'p _ �r✓�`r'Fi q'� .f,��N`w; .� �� SS07 " . 4 n- f:• i - • w':,/nr:r,rv,e ° ••�raa► =_'. lg70 t a�at I 4 t��{{rfFs .,Y I9t9 tr 4 �+�.._. c',9ii �'b•4tN iIA�� /{�� ► ''4'.; •,trNo,S �NrU✓ 'i\tlVjjpo� l./ Gary W. Stumper, Assistant Vice President STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1 — Definitions and Terminology......... 1.01 Defined Terms ............................. 1.02 Terminology ................................ Mb i Page .................................1 .................................1 .................................6 Article2 — Preliminary Matters........................................................................................................................7 2.01 Copies of Documents...................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................7 2.03 Starting the Work..........................................................................................................................7 2.04 Before Starting Construction........................................................................................................7 2.05 Preconstruction Conference.........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules...................................................................................................8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent.............................................................................................................................................8 3.02 Reference Standards.....................................................................................................................9 3.03 Reporting and Resolving Discrepancies............................................................ 9 .......................... 3.04 Amending and Supplementing Contract Documents............................................................... 10 3.05 Reuse of Documents.................................................................................................................. 10 3.06 Electronic Data.......................................................................................................................... 10 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points......................................................................................................... 11 4.01 Availability of Lands................................................................................................................. 11 4.02 Subsurface and Physical Conditions......................................................................................... 11 4.03 Differing Subsurface or Physical Conditions........................................................................... 12 4.04 Underground Facilities.............................................................................................................. 13 4.05 Reference Points........................................................................................................................ 14 4.06 Hazardous Environmental Condition at Site............................................................................. 14 Article 5 — Bonds and Insurance.................................................................................................................... 15 5.01 Licensed Sureties and Insurers.................................................................................................. 15 5.02 Performance, Payment, and Maintenance Bonds..................................................................... 15 5.03 Certificates of Insurance............................................................................................................ 16 5.04 Contractor's Insurance............................................................................................................... 18 5.05 Acceptance of Bonds and Insurance; Option to Replace.......................................................... 19 Article 6 — Contractor's Responsibilities....................................................................................................... 19 6.01 Supervision and Superintendence............................................................................................. 19 6.02 Labor; Working Hours.............................................................................................................. 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 .f Am WR oft .+ i PM i KMq 6.03 Services, Materials, and Equipment.......................................................................................... 20 6.04 Project Schedule........................................................................................................................ 20 6.05 Substitutes and "Or-Equals"...................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................. 23 6.07 Wage Rates................................................................................................................................ 25 6.08 Patent Fees and Royalties.......................................................................................................... 26 6.09 Permits and Utilities.................................................................................................................. 26 6.10 Laws and Regulations............................................................................................................... 27 6.11 Taxes..........................................................................................................................................27 6.12 Use of Site and Other Areas...................................................................................................... 28 6.13 Record Documents.................................................................................................................... 29 6.14 Safety and Protection................................................................................................................. 29 6.15 Safety Representative................................................................................................................ 30 6.16 Hazard Communication Programs............................................................................................ 30 6.17 Emergencies and/or Rectification............................................................................................. 30 6.18 Submittals.................................................................................................................................. 31 6.19 Continuing the Work................................................................................................................. 32 6.20 Contractor's General Warranty and Guarantee......................................................................... 32 6.21 Indemnification........................................................................................................................ 33 6.22 Delegation of Professional Design Services............................................................................. 33 6.23 Right to Audit............................................................................................................................ 34 6.24 Nondiscrimination..................................................................................................................... 34 Article 7 Other Work at the Site............................................................... 7.01 Related Work at Site................................................................ 7.02 Coordination............................................................................ ............................................... 35 ............................................... 35 ............................................... 35 Article8 - City's Responsibilities................................................................................................................. 36 8.01 Communications to Contractor................................................................................................. 36 8.02 Furnish Data.............................................................................................................................. 36 8.03 Pay When Due........................................................................................................................... 36 8.04 Lands and Easements; Reports and Tests................................................................................. 36 8.05 Change Orders........................................................................................................................... 36 8.06 Inspections, Tests, and Approvals............................................................................................. 36 8.07 Limitations on City's Responsibilities...................................................................................... 36 8.08 Undisclosed Hazardous Environmental Condition................................................................... 36 _ 8.09 Compliance with Safety Program............................................................................................. 37 Article 9 - City's Observation Status During Construction.......................................................................... 37 Mo 9.01 City's Project Representative.................................................................................................... 37 9.02 Visits to Site............................................................................................................................... 37 9.03 Authorized Variations in Work................................................................................................. 37 oil 9.04 Rejecting Defective Work......................................................................................................... 37 9.05 Determinations for Work Performed........................................................................................ 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .................... 38 MM Article 10 - Changes in the Work; Claims; Extra Work............................................................................... 38 10.01 Authorized Changes in the Work.............................................................................................. 38 ,ML CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 MIK ... 10.02 Unauthorized Changes in the Work.......................................................................................... 38 10.03 Execution of Change Orders..................................................................................................... 38 10.04 Extra Work................................................................................................................................ 39 10.05 Notification to Surety................................................................................................................ 39 10.06 Contract Claims Process............................................................................................................ 39 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement .................... 40 11.01 Cost of the Work........................................................................................................................ 40 11.02 Allowances................................................................................................................................ 43 11.03 Unit Price Work......................................................................................................................... 43 11.04 Plans Quantity Measurement.................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time 12.01 Change of Contract Price.......................................................................................................... 45 12.02 Change of Contract Time.......................................................................................................... 46 12.03 Delays........................................................................................................................................ 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ..................... 47 13.01 Notice of Defects....................................................................................................................... 47 Rub 13.02 Access to Work.......................................................................................................................... 47 13.03 Tests and Inspections............................................................................................................ 48 13.04 Uncovering Work................................................................................. ............. 49 Aft ........................ 13.05 City May Stop the Work........................................................................................................... 49 13.06 Correction or Removal of Defective Work ..................................... :......................................... 49 13.07 Correction Period....................................................................................................................... 50 13.08 Acceptance of Defective Work................................................................................................. 51 13.09 City May Correct Defective Work............................................................................................ 51 Article 14 - Payments to Contractor and Completion................................................................................... 51 14.01 Schedule of Values.................................................................................................................... 51 14.02 Progress Payments..................................................................................................................... 52 14.03 Contractor's Warranty of Title.................................................................................................. 54 14.04 Partial Utilization....................................................................................................................... 54 14.05 Final Inspection......................................................................................................................... 55 14.06 Final Acceptance....................................................................................................................... 55 14.07 Final Payment............................................................................................................................ 55 14.08 Final Completion Delayed and Partial Retainage Release....................................................... 56 14.09 Waiver of Claims....................................................................................................................... 56 Article 15 - Suspension of Work and Termination....................................................................................... 56 15.01 City May Suspend Work ...................... 15.02 City May Terminate for Cause.................................................................................................. 57 15.03 City May Terminate For Convenience...................................................................................... 59 Article 16 - Dispute Resolution..................................................................................................................... 61 16.01 Methods and Procedures..................................................................................•........................ 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 OR rr i Article17 —Miscellaneous ............................................................................................................................ 61 17.01 Giving Notice............................................................................................................................ 61 ,. 17.02 Computation of Times............................................................................................................... 62 17.03 Cumulative Remedies................................................................................................................ 62 17.04 Survival of Obligations.............................................................................................................. 62 .. 17.05 Headings.................................................................................................................................... 62 db RM ,. .. i i qft on i 4M CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 1 GENERAL CONDITIONS Page I 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, correct, 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. 8. 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. 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-2 GENERAL CONDITIONS Pagc 2 of 62 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised: Septcmber S, 2011 007200-3 GENERAL CONDITIONS Page 3 of 62 26. Director of Aviation — The officially appointed Director of the Aviation Department of the — City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks f 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 a 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September S, 2011 007200-4 GENERAL CONDITIONS Page 4 of 62 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-5 GENERAL CONDITIONS Page 5 of 62 53. Public Meeting — An announced meeting conducted by the City to facilitate public -- participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the ,.. Atomic Energy Act of 1954 (42 USC Section 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. 63. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 65. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 2011 V% 00 72 00 - 6 GENERAL CONDITIONS Page 6 of 62 ,s 66. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 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 1.02.13 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: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-7 GENERAL CONDITIONS Page 7 of 62 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. 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to staring the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-8 GENERAL CONDITIONS Page 8 of 62 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-9 GENERAL CONDITIONS Page 9 of 62 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or 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. - 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-10 - GENERAL CONDITIONS Page 10 of 62 discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and 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 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-11 GENERAL CONDITIONS Page I 1 of 62 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. 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 contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 12 GENERAL CONDITIONS Page 12 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. 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-13 GENERAL CONDITIONS Page 13 of 62 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: 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. B. Not Shown or Indicated. - If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-14 GENERAL CONDITIONS Page 14 of 62 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September S, 2011 00 72 00 - 15 GENERAL CONDITIONS Page 15 of 62 D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for �- whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work 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 may be 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 T` 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 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. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-16 GENERAL CONDITIONS Page 16 of 62 security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall famish 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 attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-17 GENERAL CONDITIONS a Page 17 of 62 Engineer (if applicable), and each additional insured identified in the Supplementary — Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September B, 2011 00 72 00 - 18 GENERAL CONDITIONS Page 18 of 62 conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 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: w 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-19 GENERAL CONDITIONS Page 19 of 62 anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective 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 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 T order at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-20 GENERAL CONDITIONS Page 20 of 62 B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and 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 ,t 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. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the _ General Requirements applicable thereto. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 M 007200-21 GENERAL CONDITIONS Page 21 of 62 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 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. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-22 GENERAL CONDITIONS Page 22 of 62 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; 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 23 GENERAL CONDITIONS Page 23 of 62 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 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 6.05.13. 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 furnish or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-24 GENERAL CONDITIONS Page 24 of 62 perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-25 GENERAL CONDITIONS Page 25 of 62 H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which 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. Penaltyfor Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether — good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has -- violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of _ Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any _ affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th day after the date that T arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided -` for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 26 GENERAL CONDITIONS Page 26 of 62 open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor 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. 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-27 GENERAL CONDITIONS Page 27 of 62 responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the -- Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The — following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits am 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. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-28 GENERAL CONDITIONS Page 28 of 62 provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. httt)://www.window.state.tx.us/taxinfo/taxfonns/93-fonns.httnl 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-29 GENERAL CONDITIONS Page 29 of 62 notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of -� such costs, shall be deducted 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-30 GENERAL CONDITIONS Page 30 of 62 prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 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, T the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-31 GENERAL CONDITIONS Page 31 of 62 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect 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. sm 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: 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 6, 2011 007200-32 GENERAL CONDITIONS Page 32 of 62 acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 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 4 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-33 GENERAL CONDITIONS Page 33 of 62 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to .. other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. 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, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised: Scptember 8, 2011 007200-34 GENERAL CONDITIONS Page 34 of 62 by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the 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 a 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-35 GENERAL CONDITIONS Page 35 of 62 B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related 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 .a 007200-36 +f GENERAL CONDITIONS Page 36 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 i City shall make payments to Contractor in accordance with Article 14. Mft 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. jM 8.07 Limitations on City's Responsibilities r7, 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 i City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 rt 007200-37 GENERAL CONDITIONS Page 37 of 62 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-38 oft GENERAL CONDITIONS Page 38 of 62 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project .. Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. 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 i the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. i 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. L-, 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 (iii) agreed to by the parties; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 J 007200-39 GENERAL CONDITIONS Page 39 of 62 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 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. .w 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. �A 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 R 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 Reviscd: Scptcmbcr 8, 2011 NO im 00 72 00 - 40 GENERAL CONDITIONS Page 40 of 62 allows additional time for Contractor to submit additional or more accurate data in support of such Contract 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 MENthe 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 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS i, 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 11.0 LB, 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.B, and shall include but not be limited to the following items: .� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September g, 2011 i 007200-41 GENERAL CONDITIONS '— Page 41 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. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-42 r GENERAL CONDITIONS Page 42 of 62 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 Y 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 cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 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 11.0I.A.1 or specifically covered by Paragraph 11.0I.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. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 43 GENERAL CONDITIONS Pagc 43 of 62 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. — 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the 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 11.0 LA and 11.01.13, 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. 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 — CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 44 GENERAL CONDITIONS Page 44 of 62 the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of 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 rt 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 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. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-45 GENERAL CONDITIONS Page 45 of 62 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 _ 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 46 GENERAL CONDITIONS Page 46 of 62 of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, 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 12.0l .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 11.0l.A.1, 11.0l.A.2. and 11.0l.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 11.0l .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 I L01.A.1 and 11.0I .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 T 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 11.013; 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 s decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September S, 2011 00 72 00 - 47 GENERAL CONDITIONS Pagc 47 of 62 B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is ` made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any 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 have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcviscd: Scptember 8, 2011 so 13.03 Tests and Inspections 007200-48 GENERAL CONDITIONS Page 48 of 62 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 v perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. _ 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. T 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. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-49 GENERAL CONDITIONS Page 49 of 62 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. 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 rt the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction — or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. -- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-50 GENERAL CONDITIONS Page 50 of 62 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 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 additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a _ waiver of, the provisions of any applicable statute of limitation or repose. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-51 GENERAL CONDITIONS Pagc 51 of 62 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 convective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised: Septembcr B, 2011 .. 007200-52 GENERAL CONDITIONS Page 52 of 62 acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. y 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. T 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. _. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 53 GENERAL CONDITIONS Page 53 of 62 determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been 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; R b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall 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. CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 Mr 007200-54 GENERAL CONDITIONS Page 54 of 62 E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-55 GENERAL CONDITIONS Page 55 of 62 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: 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 .r 007200-56 GENERAL CONDITIONS Page 56 of 62 �Y- 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 4. 007200-57 GENERAL CONDITIONS Page 57 of 62 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 R 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: 1. Contractor's persistent failure to perform the Work in accordance with the Contract T 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; 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-58 GENERAL CONDITIONS Page 58 of 62 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. 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-59 GENERAL CONDITIONS ' Page 59 of 62 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. — C. Notwithstanding Paragraphs 15.02.13, 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. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 60 GENERAL CONDITIONS Page 60 of 62 a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the 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, 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): 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-61 GENERAL CONDITIONS Page 61 of 62 on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) 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 competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will .,. be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 62 GENERAL CONDITIONS Pagc 62 of 62 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 0 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page] 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-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, 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 September 28, 2011. Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION City is working on obtaining right- March 31, 2012 of -way entries from all adjacent property owners to allow for minimal access, removing fences, instal I ing/removing temporary fencing and installing permanent fencing. The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 28, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 Z 13 14 15 16 17 18 19 20 21 22 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 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. SC-4.01A.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 September 28, 2011. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT AT&T Various lines located within drainage ROW March 31, 2012 Oncor " « Charter " The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: NONE. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE. SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) city (2) Consultant: Transystems Corporation Consultants dba Transystems Corporation. (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 CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised September 28, 2011 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 Employer's liability $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: N/A CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised September 28, 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 (2) Each Occurrence: Required for this Contract Page 4 of 5 N/A 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 wort: 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: 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. SC-6.0913. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: NONE. SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 28, 2011 LONGSTRAW CHANNEL 1MPROVEMEN7S City Project No. 00625 dw M AM im 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 2 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of September 3 28, 2011. 4 5 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE 6 7 8 SC-7.02., "Coordination" 9 10 The individuals or entities listed below have contracts with the City for the performance of other work at 11 the Site: 12 Vendor Scope of Work Coordination Authority NONE 13 14 15 SC-9.01, "Communications to Contractor" 16 N/A. 17 18 19 SC-9.01., "City's Project Representative" 20 21 The following firm is a consultant to the City responsible for construction management of this Project: 22 NONE. 23 24 SC-13.03C., "Tests and Inspections" 25 NONE — no required testing by other agencies, other than the City Inspection. 26 27 SC-16.01C.1, "Methods and Procedures" 28 NONE. 29 30 31 32 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 28, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 1100 SUMMARY OF WORK 01 11 00-1 SUMMARY OF WORK Page 1 of 3 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. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 01 11 00-3 SUMMARY OF WORK Page 3 of 3 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 [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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 01 25 00 - 1 SUBSTITUTION PROCEDURES Pagel of 4 1 SECTION 0125 00 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 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 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH LONGSTR9W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 r_9 i 01 25 00 - 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better (explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _ Recommended Recommended 38 as noted 39 40 Firm _ Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH LONGSTR,4W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 .4 1 2 SECTION 013119 PRECONSTRUCTION MEETING 01 3l 19 - 1 PRECONSTRUCTION MEETING Page I of 3 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify 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 I — 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 l . 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 t 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 m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 P_ 0131 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 013120-1 PROJECT MEETINGS Page I of 3 1 SECTION 01 31 20 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 _a 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Oft Revised July I, 2011 01 31 20 - 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 m. 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 01 31 20 - 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 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 I• 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 I 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 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: T 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 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 �r 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 LONGSTRA W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 AU 013216-3 CONSTRUCTION PROGRESS SCHEDULE so 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 r.'l 013216-4 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 l . 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 1 1 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 l . 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. I— r� CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL 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 Revision Log DATE NAME SUMMARY OF CHANGE 18 EM CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 r 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 01 32 33 - 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 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 [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 ow LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 01 33 00 - 1 SUBMITTALS .. Page I of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 as 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 013300-2 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 l) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 am 01 33 00 - 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 I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 01 33 00 - 4 SUBMITTALS Page 4 of 8 l 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 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 I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 1S 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 LONCSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 01 33 00 - 8 SUBMITTALS Page 8 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0135 13 SPECIAL PROJECT PROCEDURES 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 I. 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 36 2) Inspection 37 3) Safety training 38 4) Additional Insurance 39 5) Insurance Certificates CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00615 Revised [Insert Revision Date] r� 013513-2 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 l) 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised [Insert Revision Date] r� 0— 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 47 013513-3 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] LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 0135 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] LONCSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 r� 0135 13 - 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised [Insert Revision Date] 0135 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] t 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] LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 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: fin. 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] LONGSTRA W CHANNEL 1MPROVEMEN7S City Project No. 00625 3 4 0135 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B Fox�H Deft: DOE NO. XXXX I►roJect maraw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON -- BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) T. THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 014523-1 TESTING AND INSPECTION SERVICES Page I 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTR9W CHANNEL IMPROVEMENTS City Project No. 00625 01 5000 -1 TEMPORARY FACILITIES AND CONTROLS ,++ Page I of 4 1 SECTION 0150 00 i 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: i 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. 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 i 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. AM 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. dER 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 LONGSTRA W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 01 5000-2 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel 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 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 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 M 27 28 29 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 l) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage l . In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 r� 1 2 dm 01 55 26 - 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 i .r i i i i d- 015713-1 STORM WATER POLLUTION PREVENTION Pagel 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. Document provided by City. 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 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 LONGSTRAW CHANNEL IMPROVEMEN7S City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment. control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in ar.60Fdanrae with Seetien 0133 00, exeept as stated hemin. SWPPP to be 43 provided to contractor by city. 44 a. Prior- to the v..e, astf ,etio.. Meetirib, a►:b. 45 as fellews: 48 , Fkykemnental PiAsien for- review CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 01 57 13 - 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] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION .� 14 Revision Log DATE NAME SUMMARY OF CHANGE i 15 i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 i i i i ma MW 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0158 13 TEMPORARY PROJECT SIGNAGE 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 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 [NOT USED] 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 27 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 WL om ftq i i mp Im Or i i 2 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL /MPROVEMEN7S City Project No. 00625 0 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 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 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 01 6600 - 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 01 6600-3 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 loR] 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 END OF SECTION 30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 01 6600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 71 23 CONSTRUCTION STAKING 01 71 23 - 1 CONSTRUCTION STAKING Page 1 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 36 M A. Submittals, if required, shall be in accordance with Section 01 33 00. 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 19 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 A 1 2 3 4 5 6 7 8 9 10 off) 01 71 23 - 3 CONSTRUCTION STAKING Page 3 of 3 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 l 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 01 74 23 - 1 CLEANING Pagel of 4 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 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 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 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 r_l r � 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 l . 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 l . 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 LONGSTRAW CHANNEL IMPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control 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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page I 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 3.4 CLOSEOUT PROCEDURE 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 s 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 01 77 19 - 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 I. 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 017823-1 OPERATION AND MAINTENANCE DATA i Page 1 of 5 1 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 i 10 b. Irrigation Controllers (to be operated by the City) 11 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: i 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES i 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. 32 2. Format 33 a. Size: 8 '/z 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 i c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 i Revised July 1, 2011 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH LONGSTRAWCHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 - 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 01 78 23 - 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 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 SECTION 0178 39 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I 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 SUBMITTALSANFORMATIONAL 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 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 loR] 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 LONGSTR9W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 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 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 0XII 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 Ism 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 02 41 13 SELECTIVE SITE DEMOLITION 0241 13-1 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. Temporary fence installation during construction is required. 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 31 23 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 LONGSTRA WCHANNEL IMPROVEMENTS City Project No. 00625 0241 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. 5 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 6 tools, equipment, labor and incidentals needed to execute work. 7 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 8 hauling, disposal, tools, equipment, labor and incidentals needed to execute 9 work. Work includes ramp landing removal. 10 d. Remove Driveway: full compensation for saw cutting, removal, hauling, 11 disposal, tools, equipment, labor and incidentals needed to remove improved 12 driveway by type. 13 e. Remove Fence: full compensation for removal, hauling, disposal, tools, 14 equipment, labor and incidentals needed to remove fence. 15 f. Remove Guardrail: full compensation for removing materials, loading, hauling, 16 unloading, and storing or disposal; furnishing backfill material; backfrlling the 17 postholes; and equipment, labor, tools, and incidentals. 18 g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 19 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 20 needed to execute work. Sidewalk adjacent to or attached to retaining wall 21 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 22 removal. 23 h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 24 equipment, labor and incidentals needed to execute work. 25 i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 26 disposal, tools, equipment, labor and incidentals needed to execute work. 27 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 28 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 29 execute work. 30 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 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 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 [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 3A.K. 35 2. Remove drive to nearest existing dummy, expansion or construction joint. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 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 Temporary fence is required and shall be subsidiary to the cost of fence 13 removal. Temporary fence shall be 6' chain link. 14 F. Remove Guardrail 15 1. Remove rail elements in original lengths. 16 2. Remove fittings from the posts and the metal rail and then pull the posts. 17 3. Do not mar or damage salvageable materials during removal. 18 4. Completely remove posts and any concrete surrounding the posts. 19 5. Furnish backfill material and backfill the hole with material equal in composition 20 and density to the surrounding soil unless otherwise directed. 21 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 22 foot below the new subgrade elevation and leave in place along with the dead man. 23 G. Remove Retaining Wall (less than 4 feet tall) 24 1. Remove wall to nearest existing joint. 25 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 26 3. Removal includes all components of the retaining wall including footings. 27 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 28 H. Remove Mailbox 29 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 30 reconstruction. 31 I. Remove Rip Rap 32 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 33 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 34 J. Remove Miscellaneous Concrete Structure 35 1. Remove portions of miscellaneous concrete structures including foundations and 36 slabs that do not interfere with proposed construction to 2 feet below the finished 37 ground line. 38 2. Cut reinforcement close to the portion of the concrete to remain in place. 39 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 40 water. 41 K. Sawcut CITY OF FORT WORTH LONGSTRA WCHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 11 0241 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 awing Equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spaIl or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 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 f Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 4M IML i AEG 0241 14 - 1 UTILITY REMOVAUABANDONMENT Page I 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 11 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 14-2 UTILITY REMOVALIABANDONMENT 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 backfill 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 .t nr an MW 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 47 48 49 0241 14 - 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 REMOVAUABANDONMENT 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 P= ohm ow OM M i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] 42 43 44 45 46 47 48 49 0241 14-6 UTILITY REMOVAUABANDONMENT 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 I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 +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 0241 14-7 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 UTILITY REMOVAUABANDONMENT 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 �t 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 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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Projecl No. 00625 0241 14 - 10 UTILITY REMOVAUABANDONMENT 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 SUBMITTALS/INFORMATIONAL 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 0241 14- 11 UTILITY REMOVALIABANDONMENT 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 lou] 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 14 - 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 LONGSTRAW CHANNEL 1A1PROVEMEN7S City Project No. 00625 0241 14 - 13 UTILITY REMOVAUABANDONMENT 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 0241 14-14 UTILITY REMOVAUABANDONMENT 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 loR] 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 0241 14-15 UTILITY REMOVAUABANDONMENT Page 15 of 15 1 3.13 MAINTENANCE [NOT USED] 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 w.w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 033000-2 CAST -IN -PLACE CONCRETE Page 2 of 25 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. in. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 033000-3 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. C1064, 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. DI A, 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 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 43 fabrication for specials. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMEN7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUBMITTALSANFORMATIONAL 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 PART 2- 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. 3/-inch x 3/-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 1 inch in diameter in concrete surface. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMEN7S City Project No. 00625 033000-6 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 I1, 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 03 30 00 - 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 3/-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C 150, Type III, 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) %-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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 03 30 00 - 8 CAST -IN -PLACE CONCRETE Page 8 of 25 1 d. Retarding Admixture 2 1) ASTM C494, Type B 3 e. Water -Reducing and Retarding Admixture 4 1) ASTM C494, Type D 5 f. High -Range, Water -Reducing Admixture 6 1) ASTM C494, Type F 7 g. High -Range, Water -Reducing and Retarding Admixture 8 1) ASTM C494, Type G 9 h. Plasticizing and Retarding Admixture 10 1) ASTM C1017, Type II 11 K. Waterstops 12 1. Self -Expanding Butyl Strip Waterstops 13 a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 14 bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 15 inch x 1-inch. 16 b. Available Products 17 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 18 2) Concrete Sealants Inc.; Conseal CS-231 19 3) Greenstreak; Swellstop 20 4) Henry Company, Sealants Division; Hydro -Flex 21 5) JP Specialties, Inc.; Earthshield Type 20 22 6) Progress Unlimited, Inc.; Superstop 23 7) TCMiraDRl; Mirastop 24 L. Curing Materials 25 1. Absorptive Cover 26 a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing 27 approximately 9 ounces/square yard when dry 28 2. Moisture -Retaining Cover 29 a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 30 3. Water 31 a. Potable 32 4. Clear, Waterborne, Membrane -Forming Curing Compound 33 a. ASTM C309, Type 1, Class B, dissipating 34 b. Available Products 35 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 36 2) Burke by Edoco; Aqua Resin Cure 37 3) ChemMasters; Safe -Cure Clear 38 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 39 Company; W.B. Resin Cure 40 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 41 6) Euclid Chemical Company (The); Kurez DR VOX 42 7) Kaufman Products, Inc.; Thinfilm 420 43 8) Lambert Corporation; Aqua Kure -Clear 44 9) L&M Construction Chemicals, Inc.; L&M Cure R 45 10) Meadows, W. R., Inc.; 1100 Clear 46 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 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.; Horncure 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 C150, 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 LONGSTRAW CHANNEL IMPROVEMEN7S City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 033000-10 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page 11 of 25 1 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 2 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 3 cent 4 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 5 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 6 percent and silica fume not exceeding 10 percent 7 3. Limit water-soluble, chloride -ion content in hardened concrete to 0.30 percent by 8 weight of cement. 9 4. Admixtures 10 a. Use admixtures according to manufacturer's written instructions. 11 b. Do not use admixtures which have not been incorporated and tested in accepted 12 mixes. 13 c. Use water -reducing high -range water -reducing or plasticizing admixture in 14 concrete, as required, for placement and workability. 15 d. Use water -reducing and retarding admixture when required by high 16 temperatures, low humidity or other adverse placement conditions. 17 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 18 industrial slabs and parking structure slabs, concrete required to be watertight, 19 and concrete with a water-cementitious materials ratio below 0.50. 20 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 21 P. Concrete Mixtures 22 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges" for: 24 a. Culverts 25 b. Headwalls 26 c. Wingwalls 27 2. Proportion normal -weight concrete mixture as follows: 28 a. Minimum Compressive Strength: 3,000 psi at 28 days 29 b. Maximum Water-Cementitious Materials Ratio: 0.50 30 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 31 inches before adding high -range water -reducing admixture or plasticizing 32 admixture, plus or minus 1 inch 33 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 34 inch nominal maximum aggregate size 35 Q. Fabricating Reinforcement 36 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 37 R. Fabrication of Embedded Metal Assemblies 38 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 39 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 40 accordance with AWS D1.1. 41 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 42 All other metal assemblies shall be either hot dip galvanized or painted with an 43 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 44 installed in accordance with the manufacturer's instructions. Repair painted 45 assemblies after welding with same type of paint. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 03 30 00 - 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 LONGSTRAW CHANNEL IMPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 rt 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 03 30 00 - 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 fmished 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 033000-14 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 10. Chamfer exterior corners 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 fiunished with 27 items to be embedded. 28 a. Install anchor rods, accurately located, to elevations required and complying 29 with tolerances in AISC 303, Section 7.5. 30 1) Spacing within a bolt group: 1/8 inch 31 2) Location of bolt group (center): % 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 DI 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: f3/8 inch 2) Members more than 8 inches deep: f1/2 inch b. Concrete Cover to Formed or Finished Surfaces: ±3/8 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 2 Offset joints in girders a minimum distance of twice the beam width from a 3 beam -girder intersection. 4 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 5 beams, and girders and at the top of footings or floor slabs. 6 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 7 with walls, near corners, and in concealed locations where possible. 8 f. Use a bonding agent at locations where fresh concrete is placed against 9 hardened or partially hardened concrete surfaces. 10 3. Doweled Joints: Install dowel bars and support assemblies at joints where 11 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 12 bonding to 1 side of joint. 13 G. Waterstops 14 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 15 form a continuous diaphragm. Install in longest lengths practicable. Supportand 16 protect exposed waterstops during progress of the Work. Field fabricate joints in 17 waterstops according to manufacturer's written instructions. 18 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 19 locations indicated, according to manufacturer's written instructions, adhesive 20 bonding, mechanically fastening, and firmly pressing into place. Install in longest 21 lengths practicable. 22 23 24 25 F 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. 47 J. Finishing Formed Surfaces CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL LMPROVEMEN7S City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 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 fmish 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 fmish 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 fmish. 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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture - retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 20 3.5 REPAIR 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. Concrete Surface Repairs 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 033000-21 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 LONGSTRAW CHANNEL IMPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 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 C143; 1 test at point of placement for each composite sample, but 7 not less than 1 test for each day's pour of each concrete mixture. 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. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 a. When the strength level of the concrete for any portion of the 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 LONGSTRAW CHANNEL 7MPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 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 El 155, 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: t % inch 17 2) Top surfaces of formed slabs measured prior to removal of supporting 18 shores: f 3/ inch 19 3) Top surfaces of all other slabs: t % 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 3 4 i. 7 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 038000-2 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 SUBMITTALSANFORMATIONAL 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 LONGSTRAW CHANNEL IMPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 M 03 80 00 - 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 l) 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. II 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 l) 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 l) 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) l 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 1, 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at 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 l 1 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— SikaSwel l 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 r� 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 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 B. Concrete Removal 1. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 3. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation 1. Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. 4. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 038000-6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 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 1/16-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 1) 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 31 10 00 - 1 SITE CLEARING Page 1 of 5 1 SECTION 31 10 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 ]0 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 LONGSTRAW CHANNEL IMPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 -� 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 31 1000-2 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 1.3 REFERENCES [NOT USED] 1.4 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 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 CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 311000-3 SITE CLEARING Page 3 of 5 A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12'h gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials l . The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 31 1000-4 SITE CLEARING Page 4 of 5 I 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 11 i. Abandoned utility pipes or conduits 12 j. Equipment 13 k. Trees 14 1. Fences 15 m. 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 I 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 LONCSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 r� 31 1000-5 SITE CLEARING Page 5 of 5 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 31 23 16- 1 UNCLASSIFIED EXCAVATION Page I of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation 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 CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 3123 16-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 f. Hauling 2 g. Disposal of excess material not used elsewhere onsite 3 h. Scarification 4 i. Clean-up 5 1.3 REFERENCES [NOT USED] 6 A. Definitions 7 1. Unclassified Excavation — Without regard to materials, all excavations shall be 8 considered unclassified and shall include all materials excavated. Any reference to 9 Rock or other materials on the Drawings or in the specifications is solely for the 10 City and the Contractor's information and is not to be taken as a classification of 11 the excavation. 12 1.4 ADMINSTRATIVE REQUIREMENTS 13 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 14 01. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Excavation Safety 21 1. The Contractor shall be solely responsible for making all excavations in a safe 22 manner. 23 2. All excavation and related sheeting and bracing shall comply with the requirements 24 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights -of -Way (ROW) 28 a. Soil may be stored within existing ROW, easements or temporary construction 29 easements, unless specifically disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 3125 00. 32 d. When the Work is performed in active traffic areas, store materials only in 33 areas barricaded as provided in the traffic control plans. 34 e. In non -paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils within the ROW, 38 easement or temporary construction easement, then secure and maintain an 39 adequate storage location. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 3123 16 - 3 UNCLASSIFIED EXCAVATION dM Page 3 of 5 i i 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 2.1 OWNER -FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off -site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 34 City. kft CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 31 23 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 5 F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts 1. Excavate to finish grades. 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. H. Earth Cuts 1. Excavate to 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 I NAME I SUMMARY OF CHANGE CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 LONGSTRA WCHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics —Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications (DMS) 12 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED loR] 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 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 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/2 inches x 3 '/4 inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance l . Perform work in accordance with the TPDES Construction General Permit TXR15OOOO. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Projeci No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 312500-6 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 beat 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. 1. 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 LONGSTRAW CHANNEL IMPROVEMENTS City Projecl No. 00625 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 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 I) 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 d. Fabric and Net Splices 2 l ) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced, unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. 5 2) Requirements for installation of used temporary sediment -control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 8 b) Fabric without excessive patching (more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD (OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1. Remove sediment, debris and litter as needed. 20 3.11 CLOSEOUT ACTIVITIES 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures, or in areas where permanent erosion 25 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended, repair or replace the device or portions 33 thereof as necessary. 34 C. Perform inspections of the construction site as prescribed in the Construction General 35 Permit TXR150000. 36 D. Records of inspections and modifications based on the results of inspections must be 37 maintained and available in accordance with the permit. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 MR 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION .r 3 Revision Log DATE NAME SUMMARY OF CHANGE i aF 4 CITY OF FORT WORTH LONGSTRA W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 3137 00 RIPRAP 313700-1 RIPRAP Page 1 of 11 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 3. Section 03 30 00 — Cast -In -Place Concrete 13 4. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by the face square yard to the depth 18 specified of material complete in place. Volume will be computed on the basis 19 of the measured area and type, verified by field measurements. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per square yard of "Riprap" installed for: 24 1) Various types 25 2) Various thicknesses 26 3) Various void -filling techniques 27 3. The price bid shall include: 28 a. Furnishing, hauling, and placing riprap 29 b. Filter fabric 30 c. Expansion joint material 31 d. Concrete and reinforcing steel 32 e. Excavation of toe wall trenches, as applicable 33 f. Excavation below natural ground or bottom of excavated channel, as applicable 34 g. Shaping of slopes, as applicable 35 h. Bedding 36 i. Grout and mortar 37 j. Scales 38 k. Test weights 39 I. Clean-up 40 1.3 REFERENCES 41 A. Reference Standards CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 313700-2 RIPRAP Page 2 of I I 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM C 136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 6 Aggregates 7 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 8 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 9 Vacuum Saturation and Rapid Submersion 10 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 11 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 12 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 13 Elongation of Geotextiles 14 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 15 Geotextiles 16 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 17 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 18 Size of a Geotextile 19 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 20 Geotextiles by Permittivity 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 PRODUCT TYPES AND MATERIALS 33 A. Concrete Riprap 34 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 35 Section 03 30 00, unless otherwise shown on the Drawings. 36 B. Stone Riprap 37 1. Unless otherwise shown on the Drawings, use durable natural stone with a 38 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 39 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 40 cycles of sodium sulfate solution. CITY OF FORT WORTH LONGSTRA W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 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 313700-3 RIPRAP Page 3 of 11 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1 /3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 31 37 00 - 4 RIPRAP Page 4 of I I 1 Table 1 2 Riprap Gradation Requirements Thickness Maximum Size 90% Size' 50& Size' 8% Size, (lb.) (lb.) (lb.) Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 3 4 Table 2 5 Bedding Stone Gradation Sieve Size (Square Mesh) Percent by Weight Passing I r, 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 ] 6 C. Special Riprap 7 1. Furnish materials for special riprap according to the Drawings. 8 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 9 2.4 ACCESSORIES [NOT USED] 10 2.5 SOURCE QUALITY CONTROL [NOT USED] 1 l PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] _ 15 3.4 INSTALLATION 16 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 17 the placement of riprap. Place riprap and toe walls according to details and dimensions 18 shown on the Drawings or as directed by the Engineer. 19 B. Concrete Riprap o, CITY OF FORT WORTH LONGSTRA W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 31 3700-5 RIPRAP Page 5 of 1 I 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 4. Immediately after the finishing operation, cure the riprap according to Section 03 3000. C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 47 48 31 3700-6 RIPRAP Page 6 of I 1 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. f. When the Drawings require Large stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet the stones, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 7. Medium a. Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. 2) Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope. b. Grouting 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat - surfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. 3) Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in 10 feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. c. Mortaring 1) Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth - raked joints as directed. D. Block 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL /MPRO CEMENTS City Projecl No. 00625 313700-7 RIPRAP Page 7 of 1 I 1 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 2 foreign material from filling the spaces between the stones. After the stones are in 3 place, wet them thoroughly, fill the spaces between them with grout, and pack. 4 Sweep the surface with a stiff broom after grouting. 5 E. Slab 6 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 7 limits shown on the Drawings. Place stone for riprap on the bedding material to 8 produce a reasonably well -graded mass of riprap with the minimum practicable 9 percentage of voids. 10 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the l 1 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 12 the Drawings is allowed in the finished surface of the riprap. 13 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 14 material. Ensure that the entire mass of stones in their final position is free from 15 objectionable pockets of small stones and clusters of larger stones. 16 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 17 dumping it from the top of the slope, pushing it from the top of the slope, or any 18 method likely to cause segregation of the various sizes. 19 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 20 selective loading of material at the quarry or other source or by other methods of 21 placement that will produce the specified results. 22 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 23 obtain a reasonably well -graded distribution of stone sizes. 24 F. Special Riprap 25 1. Construct special riprap according to the Drawings. 26 3.5 REPAIR [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS CITY OF FORT WORTH LONGSTRA WCHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Grout when i specified r �`. r �. I �/ �w NN Slope of embankment Upright axes of stone perpendicular to slope Figure 1 - Large stone riprap, dry or grouted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 313700-8 RIPRAP Page 8 of I I LONGSTRAIf CHANNEL IMPROVEMENTS City Project No. 00625 A PW MP 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Grout when specified Flat 9" min_ I I _4 side up / Ns. r I of inkment r-6" min Figure 2 - Medium stone riprap, dry or grouted. Mortar when specified 7p ... I _ I Slope of s c E T-6" min Figure 3 - Medium stone riprap, mortared. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 313700-9 RIPRAP Page 9 of 1 I LONGSTRAW CHANNEL /MPROVEMEN7S City Project No. 00625 1 2 3 4 5 6 7 Grout when specified Multiple layers (more than one rock depth) 9" min _ �* Slope of embankment `1 IS 1'-6" min Figure 4 — Block stone riprap, dry or grouted. c- El M ai w E w r 0 c N V s - 2 times thickness min Figure 5 Slab stone riprap END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 31 37 00 - 10 RIPRAP Page 10 of I LONGSTRA W CHANNEL IMPROVEMENTS City Project No. 00625 01 .. ow mp DATE NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 313700-11 RIPRAP Page 1 I of 11 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 32 11 33-1 CEMENT TREATED BASE COURSES Page I of 7 1 SECTION 32 1133 2 CEMENT TREATED BASE COURSES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of 7 cement, 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 32 11 26 - Flexible Base Courses 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. Cement: measure by the ton (dry weight). 21 b. Cement Treatment 22 1) Measure by the square yard of surface area. 23 2) The dimensions for determining the surface area is established by the 24 widths shown on the plans and the lengths measured at placement. 25 2. Payment 26 a. Cement: paid for at the unit price bid and full compensation for: 27 1) furnishing the material 28 2) all freight involved 29 3) all unloading, storing, and handling 30 b. Cement Treatment: based on the work performed and placed and includes full 31 compensation for: 32 1) pulverizing or providing the soil material; 33 2) handling, hauling and spreading dry or slurry cement; 34 3) mixing the cement with the soil either in -place or in a mixing plant; 35 4) furnishing, hauling and mixing water with the soil -cement mixture; 36 5) spreading and shaping the mixture; compacting the mixture, including all 37 rolling required for compaction; 38 6) surface finishing; 39 7) water and sprinkling; -- 40 8) curing; 41 9) and for all manipulation, labor, equipment, appliances, tools and incidentals 42 necessary to complete the work. CITY OF FORT WORTH LONGSTRA W CHA NNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 32 11 33 -2 CEMENT TREATED BASE COURSES Page 2 of 7 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. C150, Standard Specification for Portland Cement 8 b. D698, Standard Test Methods for Laboratory Compaction Characteristics of 9 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 10 3. Texas Department of Transportation (TxDOT) 11 a. Tex- 101-E, Preparing soil and flexible base materials for testing 12 b. Tex-]40-E, Measuring thickness of paving layers 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 ACTION SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Truck Delivered Cement 21 1. Each truck ticket shall bear the weight of cement measured on certified scales. 22 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 23 delivery of cement to the site. 24 1.11 FIELD [SITE] CONDITIONS 25 A. Start cement application only when the air temperature is at least 35 degrees F and 26 rising or is at least 40 degrees F. 27 B. Measure temperature in the shade away from artificial heat. 28 C. Suspend application when the City determines that weather conditions are unsuitable. 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. General 34 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 35 the plans and specifications. 36 2. Notify the City of the proposed material sources and of changes to material sources. 37 3. Obtain verification from the City that the specification requirements are met before 38 using the sources. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 A. wo MA 321133-3 CEMENT TREATED BASE COURSES Page 3 of 7 1 4. The City may sample and test project materials at any time before compaction. 2 B. Cement: ASTM C 150 Type I, 11 or IP. 3 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 4 1126 for the type and grade shown on the plans, before the addition of cement. 5 D. Water: Furnish water free of industrial wastes and other objectionable material. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Shape existing material in accordance with applicable bid items to conform to typical 13 sections shown on the plans and as directed. 14 3.4 INSTALLATION 15 A. General 16 1. Produce a completed course of treated material containing: 17 a. uniform Portland cement mixture, free from loose or segregated areas. 18 b. uniform density and moisture content. 19 c. well bound for full depth. 20 d. with smooth surface and suitable for placing subsequent courses. 21 2. Maximum layer depth of cement treatment in single layer: 8 inches. 22 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, 23 compact and finish in equal layers not exceeding 5 inches deep. 24 B. Equipment 25 1. Provide machinery, tools, and equipment necessary for proper execution of the 26 work. 27 2. Rollers: 28 a. The CONTRACTOR may use any type of roller to meet the production rates 29 and quality requirements of the Contract unless otherwise shown on the plans 30 or directed. 31 b. When specific types of equipment are required, use equipment that meets the 32 specified requirements. 33 c. Alternate Equipment. 34 1) Instead of the specified equipment, the CONTRACTOR may, as approved, 35 operate other compaction equipment that produces equivalent results. 36 2) Discontinue the use of the alternate equipment and furnish the specified 37 equipment if the desired results are not achieved. 38 d. City may require CONTRACTOR to substitute equipment if production rate 39 and quality requirements of the Contract are not met. 40 3. Slurry Equipment. 41 a. Use slurry tanks equipped with agitation devices for cement application. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 321133-4 CEMENT TREATED BASE COURSES Page 4 of 7 b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 4. Pulverization Equipment. a. Provide pulverization equipment that: 1) cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, 2) provides a visible indication of the depth of cut at all times, and 3) uniformly mixes the materials. C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent by dry weight passes a I inch sieve, and 80 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. D. Cement Application 1. Spread by an approved dry or slurry method uniformly on the soil at the rate specified on the plans 2. If a bulk cement spreader is used, position by string lines or other approved method during spreading to insure a uniform distribution of cement. 3. Apply to an area that all the operations can be continuous and completed in daylight within 6-hours of initial application. 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of soil and cement during dry -mixing operations 5. Do not exceed the specified optimum moisture content for the soil and cement mixture. 6. No equipment, except that used in the spreading and mixing, allowed to pass over the freshly spread cement until it is mixed with the soil. E. Mixing 1. Thoroughly mix the material and cement using approved equipment. 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free from all clods and lumps. 3. Keep mixture within moisture tolerances throughout the operation. 4. Spread and shape the completed mixture in a uniform layer. 5. After mixing, the City 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 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL /MPROVEMEN7S City Project No. 00625 r. ." 321133-5 CEMENT TREATED BASE COURSES Page 5 of 7 1 Table 1 2 Gradation Requirements Minimum % Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No.4 60 3 F. Compaction 4 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for 5 its full depth. 6 2. Compact material to at least 95-percent of the maximum density as determined by 7 ASTM D698. 8 3. At the start of compaction, the percentage of moisture in the mixture and in un- 9 pulverized soil lumps shall be less than the quantity which shall cause the soil- 10 cement mixture to become unstable during compaction and finishing. 11 4. When the uncompacted soil -cement mixture is wetted by rain so that the average 12 moisture content exceeds the tolerance given at the time of final compaction, the 13 entire section shall be reconstructed in accordance with this specification at the sole 14 expense of the CONTRACTOR. 15 5. The specified optimum moisture content and density shall be determined in the 16 field on the representative samples of soil -cement mixture obtained from the area 17 being processed. 18 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 19 7. Begin compaction after mixing and after gradation and moisture requirements have 20 been met. 21 8. Begin compaction at the bottom and continue until the entire depth of the mixture is 22 uniformly compacted. 23 9. Uniformly compact the mixture to the specified density within 2-hours. 24 10. After the soil and cement mixture is compacted uniformly apply water as needed 25 and thoroughly mix in. 26 IL . Reshape the surface to the required lines, grades and cross section and then lightly 27 scarify to loosen any imprint left by the compacting or shaping equipment. 28 G. Maintenance 29 l . Maintain the soil -cement treatment in good condition from the time it first starts 30 work until all work shall is completed. 31 2. Maintenance includes immediate repairs of any defect that may occur after the 32 cement is applied. 33 3. Maintenance work shall be done by the CONTRACTOR at the CONTRACTOR'S 34 expense and repeated as often as necessary to keep the area continuously intact. 35 4. Repairs are to be made in such a manner as to insure restoration of a uniform 36 surface for the full depth of treatment. 37 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 38 least 2 inches, filling the area with treated material and compacting. 39 6. Remedy any low area of subbase or base shall by replacing the material for the full 40 depth of subbase or base treatment rather than adding a thin layer of stabilized 41 material to the completed work. 42 H. Finishing CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 321133-6 CEMENT TREATED BASE COURSES Page 6 of 7 1 1. After completing compaction of the final course, clip, skin, or tight -blade the 2 surface of the cement -treated material with a maintainer or subgrade trimmer to a 3 depth of approximately 1/4 inch. 4 2. Remove loosened material and dispose of at an approved location. 5 3. Roll the clipped surface immediately with a pneumatic tire roller adding small 6 increments of moisture as needed and until a smooth surface is attained. 7 4. Add small amounts of water as needed during rolling. Shape and maintain the 8 course and surface in conformity with the typical sections, lines, and grades shown 9 on the plans or as directed. 10 5. Surface compaction and finishing shall proceed in such a manner as to produce, in 11 not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose 12 material, conforming to the drawn grade and line shown on the plans. 13 6. After the final layer or course of the cement modified soil has been compacted, it 14 shall be brought to the required lines and grades in accordance with the typical 15 sections. 16 7. The completed section shall then be finished by rolling with a pneumatic tire or 17 other suitable roller sufficiently to create micro cracking. 18 I. Curing 19 1. General 20 a. Cure for at least 48 hours. 21 b. Maintain the moisture content during curing at no lower than 2 percentage 22 points below optimum. 23 2. Curing method depends on finished pavement type: 24 a. Concrete pavement: 25 1) Sprinkle with water 26 2) Maintain moisture during curing 27 3) Do not allow equipment on the finished course during curing except as 28 required for sprinkling, unless otherwise approved. 29 b. Asphalt Pavement: 30 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 31 2) Do not allow equipment on the finished course during curing 32 3. Continue curing until paving operations begin. 33 3.5 [REPAIR]/[RESTORATION] [NOT USED] 34 3.6 RE -INSTALLATION [NOT USED] 35 3.7 FIELD QUALITY CONTROL 36 A. Density Test 37 1. City Project Representative must be on site during density testing 38 2. City to measure density of cement treated base course in accordance with ASTM 39 D6938. 40 3. Spacing directed by City (1 per block minimum). 41 4. City Project Representative determines density testing locations. 42 B. Depth Test 43 1. Take minimum of one core per 500 linear feet per each direction of travel 44 staggering test location in each lane to determine in -place depth. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 32 11 33-7 CEMENT TREATED BASE COURSES Page 7 of 7 2. City Project Representative determines depth testing locations. 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 12 16 ASPHALT PAVING 32 12 16-1 ASPHALT PAVING Page 1 of 23 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 47 3212 16 - 2 ASPHALT PAVING Page 2 of 23 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. 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 I. 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 r-i .ft� .* rt 605 .w MW Oft 4M 32 12 16 - 3 ASPHALT PAVING Page 3 of 23 I 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 1 I 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 SUBMITTALSANFORMATIONAL SUBMITTALS 15 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.13.1. 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 55' 60' PG 76 or higher 60' 60' 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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. 1. 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. I. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 Fn am 32 12 16-5 ASPHALT PAVING 1 Page 5 of 23 Table 2 Aggregate Quality Requirements Property I Test Method Requirement 'r 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 I1 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, 3 Tex 460-A, Part I 85 percent, min Flat and elongated particles P, 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 3212 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- I06-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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 .. rM 32 12 16 - 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 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-107-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. 15 4. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt 16 binder specified as follows: 17 a. Performance -Graded Binders. PG binders must be smooth and homogeneous, 18 show no separation when tested in accordance with Tex-540-C, and meet 19 Table 5 requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 I -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 Min pavement design temperature, *C1 22 28 34 16 22 28 34 16 22 28 34 16 22 28 34 16 122 28 ORIGINAL BINDER Flash point, T 48, Min, *C 230 Viscosity, T 316:2,' Max, 3.0 Paxs, test temperature, *C 135 Dynamic shear, T 315:4 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 ► � i � 1 � f � 1 r � 1 � � 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 I -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 313:1, 6 -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 (a, 60 sec., OC Direct tension, T 314:6 -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 Cr 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 m-value requirement must be satisfied in both cases. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 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, SSA 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. LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 r.. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 2 3 4 5 6 w dow irs low Mh 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 I percent density) Tex-226-F 85 200 Boil testa Tex-530-C — 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the CONTRACTOR's option unless otherwise shown on the plans. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Im Revised July 1, 2011 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 ?3 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 3.3 PREPARATION 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 r� wM 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 3212 16 - 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 321216-14 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. S. 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 LONGSTRAW CHANNEL IMPROVEMENTS City Projeci No. 00625 No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 _ 40 41 42 43 44 45 46 47 48 49 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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 32 12 16 - 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/]6 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 r� 321216-17 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 l . 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 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, 11 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 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 .w 32 12 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 Ibs/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 l . 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 Minimum Placement High -Temperature Binder Grade Temperature(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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 I 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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 l 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 3212 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 LONGSTRA W CHANNEL IMPROVEMENTS City Project No. 00625 dft om L ] 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 32 12 16 - 23 ASPHALT PAVING Page 23 of 23 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 i Am oft i i i i i i all 32 13 20 - 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 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1. TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non -extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13. B. Product Data: submit product data and sample for pre -cast detectable warning for barrier free ramp. 1.7 CLOSEOUT SUBMITTALS 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: Placement of concrete shall be as specified in 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: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the plans or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete] Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 0 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. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the CONTRACTOR and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1 /2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp l . Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 w 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 32 16 13-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS 10 A. Weather Conditions: see Section 32 13 13. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT AND MATERIALS 15 A. Forms: see Section 32 13 13. 16 B. Concrete: see Section 32 13 13. 17 C. Reinforcement: see Section 32 13 13. 18 D. Joint Filler. 19 1. Wood Filler: see Section 32 13 13. 20 2. Pre -Molded Asphalt Board Filler: 21 a. Use only in areas where not practical for wood boards. 22 b. Pre -molded asphalt board filler: ASTM D545. 23 c. Install the required size and uniform thickness and as specified in plans. 24 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 25 mixture of asphalt and vegetable fiber and/or mineral filler. 26 E. Expansion Joint Sealant: see Section 32 13 73. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 i om i 4M dn i 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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 '/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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 2 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 3231 13-1 CHAIN LINK FENCES AND GATES +• Page 1 of 6 I SECTION 32 31 13 2 CHAIN LINK FENCES AND GATES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Galvanized coated chain link (non -security) fencing and accessories in accordance 7 with the City's Zoning Ordinance. 8 B. Deviations from City of Fort Worth Standards 9 1. None 10 C. Related Specification Sections include but are not necessarily limited to 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. i 13 2. Division 1 - General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES i 15 A. Measurement and Payment 16 1. Measurement 17 a. Chain Link Fence: measure by the linear foot by height and specified fabric 18 material. 19 b. Wrought Iron Fence: measure by linear foot by height of wrought iron fence 20 specified in plans. 21 c. Steel Tube Fence: measure by linear foot by height of steel tube fence specified _ 22 in plans. 23 2. Payment: made at the contract unit price including full compensation for: 24 a. furnishing all materials for fences and gates; 25 b. all preparation, erection and installation of materials; 26 c. all labor, equipment, tools, and incidentals necessary to complete the work. 27 B. Reference Standards 28 1. Reference standards cited in this specification refer to the current reference standard 29 published at the time of the latest revision date logged at the end of this 30 specification, unless a date is specifically cited. 31 2. American Society for Testing and Materials (ASTM): 32 a. A 36, Standard Specification for Carbon Structural Steel i 33 b. A 121, Standard Specification for Metallic -Coated Carbon Steel Barbed Wire 34 c. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron 35 and Steel Products 36 d. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric 37 e. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 38 Steel Structural Tubing in Rounds and Shapes 39 f. F 626, Standard Specification for Fence Fittings 40 g. F 1043, Standard Specification for Strength and Protective Coatings on Steel 41 Industrial Chain Link Fence Framework i CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 i 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 3231 13 - 2 CHAIN LINK FENCES AND GATES Page 2 of 6 h. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures i. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of components, accessories and post foundations if requested by the City. B. Product data: Manufacturer's catalog cuts indicating material compliance and specified options. 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 [NOT USED] 2.2 MANUFACTURED UNITS / MATERIALS A. Manufacturer 1. Minimum of five years experience manufacturing galvanized coated chain link fencing. 2. Approved Manufacturer or equal: a. Allied Fence, Inc. b. American Fence Corp. c. Anchor Fence, Inc. d. Master Halco, Inc. B. Materials 1. Chain Link Fence a. General 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal 3) Post tops, rail end, ties and clips may be of aluminum. 4) Use only new material, or salvaged/existing material if approved by City or noted on plans. b. Steel Fabric 1) Fabric CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 3231 13 - 3 CHAIN LINK FENCES AND GATES Page 3 of 6 a) No. 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged Residential: match existing or both top and bottom selvages knuckled (2) Furnish one-piece fabric widths. 2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged. d) Furnish one-piece fabric widths. d. Steel Framing 1) Steel pipe - Type 1: a) ASTM F 1083 b) standard weight schedule 40 c) minimum yield strength: 30,000 psi d) sizes as indicated e) hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated surface area. 2) Steel pipe - Type II: a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on plans d) Protective coating per ASTM F 1043 (1) External coating Type B (a) zinc with organic overcoat (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film. (2) Internal coating Type B (a) minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 8 1 % nominal coating, minimum 3 mils 3) Formed steel ("C") sections: a) Roll formed steel shapes complying with ASTM F 1043, Group II b) Minimum yield strength: 45,000 psi (310 MPa) c) Sizes as indicated on plans d) External coating per ASTM F 1043, Type A (1) minimum average 2.0 oz/ft2 of zinc per ASTM A 123 = 4) Steel square sections a) ASTM A 500, Grade B b) Minimum yield strength: 40,000 psi c) Sizes as indicated on plans d) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area. e. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) Galvanize each ferrous metal item and finish to match framing. 2) Post caps CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 3231 13 -4 CHAIN LINK FENCES AND GATES Page 4 of 6 a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. b) Provide one cap for each post. c) Cap to have provision for barbed wire when necessary. d) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. e) Where top rail is used, provide tops to permit passage of top rail. 3) Top rail and rail ends a) 1 5/8 inch diameter galvanized round pipe for horizontal railing. b) Pressed steel per ASTM F626 c) for connection of rail and brace to terminal posts. 4) Top rail sleeves a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail. 5) Wire ties a) 9 gauge galvanized steel wire for attachment of fabric to line posts. b) Double wrap 13 gauge for rails and braces. c) Hog ring ties of 12-1/2 gauge for attachment 6) Brace and tension (stretcher bar) bands a) Pressed steel b) Minimum 300 degree profile curvature for secure fence post attachment. c) At square post provide tension bar clips. 7) Tension (stretcher) bars: a) One piece lengths equal to 2 inches less than full height of fabric b) Minimum cross-section of3/16 inch x 3/4 inch. c) Provide tension (stretcher) bars where chain link fabric meets terminal posts. 8) Tension wire a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire b) tensile strength: 75,000 psi 9) Truss rods & tightener a) Steel rods with minimum diameter of 5/16 inch b) Capable of withstanding a tension of minimum 2,000 lbs. 10) Nuts and bolts are galvanized 2. Wrought Iron Fence: specified per plan. 3. Steel Tube Fence: specified per plan. 4. Setting Materials a. Concrete: 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged Concrete allowed. b. Drive Anchors 1) Galvanized angles 2) ASTM A 36 steel 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 VIR MIP i 3231 13 - 5 CHAIN LINK FENCES AND GATES Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Verify areas to receive fencing are completed to final grades and elevations. 8 2. Ensure property lines and legal boundaries of work are clearly established 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. Chain Link Fence Framing 12 1. Locate terminal post at each fence termination and change in horizontal or vertical 13 direction of 30 degrees or more. 14 2. Space line posts uniformly at 10 feet on center. 15 3. Set all posts in concrete 16 a. Drill holes in firm, undisturbed or compacted soil. 17 b. Drill hole diameter 4 times greater than outside dimension of post. 18 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 19 d. Excavate deeper as required for adequate support in soft and loose soils, and for 20 posts with heavy lateral loads. 21 e. Place concrete around posts in a continuous pour. Trowel finish around post. 22 Slope to direct water away from posts. 23 4. Check each post for vertical and top alignment, and maintain in position during 24 placement and finishing operations. 25 5. Bracing 26 a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, on each 27 side of terminal posts. 28 b. Firmly attach with fittings. 29 c. Install diagonal truss rods at these points. 30 d. Adjust truss rod, ensuring posts remain plumb. 31 6. Tension wire 32 a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. 33 b. Install tension wire before stretching fabric and attach to each post with ties. 34 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 35 7. Top rail 36 a. Install lengths, 21 feet. 37 b. Connect joints with sleeves for rigid connections for expansion/contraction. 38 8. Center Rails for fabric height 12 feet and taller. 39 a. Install mid rails between posts with fittings and accessories. 40 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. 41 B. Chain Link Fabric Installation 42 1. Fabric CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 AV 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 3231 13-6 CHAIN LINK FENCES AND GATES Page 6 of 6 a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. c. Slats: Install slats in accordance with manufacturer's instructions. C. Wrought Iron Installation: install per plan. D. Steel Tube Fence: install per plan. 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 l 2 SECTION 32 3129 WOOD FENCES AND GATES 323129-1 WOOD FENCES AND GATES Page 1 of 4 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's Zoning Ordinance. 8 B. Deviations from City of Fort Worth Standards 9 1. None y 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. Wood Fence: measure by the linear foot of wood fence by height, including 18 gates. 19 2. Payment 20 a. Wood Fence: contract unit price per linear foot for construction of wood fence 21 and gates including full compensation for: 22 1) furnishing all materials for fence and gates; 23 2) all preparation, erection and installation of materials; 24 3) all labor, equipment, tools, and incidentals necessary to complete the work. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this specification refer to the current reference standard 28 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 Society for Testing and Materials (ASTM): 31 a. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron 32 and Steel Products y 33 b. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 34 Steel Structural Tubing in Rounds and Shapes 35 c. F 1043, Standard Specification for Strength and Protective Coatings on Steel 36 Industrial Chain Link Fence Framework 37 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 38 (Galvanized) Welded, for Fence Structures CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 323129-2 WOOD FENCES AND GATES Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Shop drawings: Layout offences and gates with dimensions, details, and finishes of components, accessories and post foundations. B. Product data: Manufacturer's catalog cuts indicating material compliance and specified options. C. Building Permit: All fences over 6 feet. 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 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General a. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal. b. Post tops may be of aluminum. B. Slats: Redwood or cedar free from all major decay or defects which would weaken or otherwise cause them to be unsuitable for fence slats. C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing. D. Corner, Gate, End, or Line Posts: l . Wood Posts: a. Minimum size: 4-inch x 4-inch cedar wood post or match existing. b. Free from all decay, splits, multiple cracks, or any other defect which would weaken the posts or otherwise cause them to be structurally unsuitable for the purpose intended. 2. Steel Posts a. Steel pipe - Type I: l) ASTM F 1083 2) standard weight schedule 40 3) minimum yield strength: 30,000 psi 4) sizes as indicated on plans 5) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated surface area. b. Steel pipe - Type II: 1) ASTM F 1043, Group IC 2) Minimum yield strength: 50,000 psi CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 323129-3 WOOD FENCES AND GATES Page 3 of 4 1 3) sizes as indicated on plans 2 4) Protective coating per ASTM F 1043 3 5) External coating Type B 4 a) zinc with organic overcoat 5 b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and 6 verifiable polymer film. 7 6) Internal coating Type B 8 a) minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 8 1 % 9 nominal coating, minimum 3 mils 10 c. Formed steel ("C") sections: 11 1) Roll formed steel shapes complying with ASTM F 1043, Group II 12 2) Minimum yield strength: 45,000 psi (310 MPa) 13 3) sizes as indicated on plans 14 4) External coating per ASTM F 1043, Type A 15 a) minimum average 2.0 oz/ft2 of zinc per ASTM A 123 16 d. Steel square sections 17 1) ASTM A 500, Grade B 18 2) Minimum yield strength: 40,000 psi 19 3) Sizes as indicated 20 4) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area. 21 3. Accessories 22 a. Post caps 23 1) Formed steel or cast malleable iron weather tight closure cap for tubular 24 posts. 25 2) Provide one cap for each post. 26 3) Cap to have provision for barbed wire when necessary. 27 4) "C" shaped line post without top rail or barbed wire supporting arms do not 28 require post caps. 29 5) Where top rail is used, provide tops to permit passage of top rail. 30 4. Setting Materials 31 a. Concrete: Minimum 28 day compressive strength of 3,000 psi 32 1) Minimum 28 day compressive strength of 3,000 psi 33 2) Bagged Concrete allowed. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL [NOT USED] 36 PART 3 - EXECUTION 37 3.1 INSTALLERS [NOT USED] 38 3.2 EXAMINATION 39 A. Verification of Conditions 40 1. Verify areas to receive fencing are completed to final grades and elevations. 41 2. Ensure property lines and legal boundaries of work are clearly established 42 3.3 PREPARATION [NOT USED] 43 3.4 INSTALLATION 44 A. Wood Fence Framing CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 a 32 323129-4 WOOD FENCES AND GATES Page 4 of 4 1. Steel Posts are required for all required screening fences. 2. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 3. Space line posts uniformly at 10 feet on center. 4. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post (minimum 12 inches). c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. f. Trowel finish around post. Slope to direct water away from posts. 5. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. B. Slats 1. Place slats approximately one inch above the ground, and on a straight grade between posts by excavating high points of the ground. 2. Fasten slats to top and bottom railings with two galvanized screws designed for wood fence construction at both the top and bottom rail. 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] Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 h 323213-1 CAST -IN -PLACE CONCRETE RETAINING WALLS Pagel of 5 1 SECTION 32 32 13 2 CAST -IN -PLACE CONCRETE RETAINING WALLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of cast -in -place concrete retaining wall (4' maximum height) of the 7 size and shape detailed on the plans and at the location shown on the plans 8 2. Construction of TxDOT standard cast -in -place, spread foot concrete retaining wall 9 of the size and shape detailed on the plans and at the location shown on the plans 10 B. Deviations from City of Fort Worth Standards 11 1. None 12 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 31 23 16 - Excavation 17 5. Section 3123 23 - Fill 18 6. Section 3124 00 - Embankments 19 7. Section 32 13 20 - Concrete Sidewalks, Driveways And Barrier Free Ramps 20 8. Section 33 46 00 - Subdrainage 21 D. Standard Details 22 1. TxDOT Standard — Spread Footing Walls 23 a. RW 1 (L) A — Low Footing Pressure, Design A Retaining Walls 24 b. RW 1 (L) B — Low Footing Pressure, Design B Retaining Walls 25 c. RW 1 (L) C — Low Footing Pressure, Design C Retaining Walls 26 d. RW 1 (H) A — High Footing Pressure, Design A Retaining Walls 27 e. RW 1 (H) B — High Footing Pressure, Design B Retaining Walls 28 f. RW 1 (H) C — High Footing Pressure, Design C Retaining Walls 29 g. RW 2 — Retaining Wall Miscellaneous Details 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Measurement 33 a. Concrete Retaining Wall with Sidewalk 34 1) Retaining wall: measured by the square foot of the front surface area of the 35 wall. 36 2) Sidewalk constructed adjacent to wall: See Section 32 13 20. 37 b. TxDOT Standard — Spread Footing Walls 38 1) Measured by the square foot of the front surface area of the wall. 39 2) Unless otherwise shown on the plans, measure area from finished ground 40 line on the face of the exterior wall to the top of the wall including any 41 coping required (not including railing). CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 323213-2 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 2 of 5 1 2. Payment 2 a. Based on the work performed and all materials furnished for cast -in -place 3 concrete retaining walls of the type or special surface finish specified. 4 b. Subsidiary work and materials include: 5 1) excavation in back of retaining walls 6 2) furnishing and placing footings, leveling pads and copings. 7 3) furnishing, placing, and compacting backfill (except in embankment areas). 8 4) furnishing and placing concrete, reinforcing steel, waterproofing material, 9 filter material and drain pipe, joint material, water stop, and filter fabric 10 when required 11 5) fabricating, curing, and finishing wall including special coatings when 12 specified. 13 6) equipment, labor, tools, and incidentals. 14 1.3 REFERENCES 15 A. Definitions 16 1. Permanent Wall. Retaining wall with a design service life of 75 years. All walls are 17 presumed to be permanent walls unless otherwise specified in the plans 18 B. Reference standards cited in this specification refer to the current reference standard 19 published at the time of the latest revision date logged at the end of this specification, 20 unless a date is specifically cited. 21 1. ASTM International (ASTM): 22 a. D4491, Standard Test Methods for Water Permeability of Geotextiles by 23 Permittivity 24 b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles 25 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of 26 Geotextiles 27 d. D4751, Standard Test Method for Determining Apparent Opening Size of a 28 Geotextile 29 2. Texas Department of Transportation (TXDOT), Standard Specifications for 30 Construction and Maintenance of Highways and Bridges: 31 a. 110, Excavation 32 b. 132, Embankment 33 c. 400, Excavation and Backfill for Structures 34 d. 420, Concrete Structures 35 e. 421, Hydraulic Cement Concrete 36 f. 423, Retaining Walls 37 g. 440, Reinforcing Steel 38 h. 445, Galvanizing 39 i. 458, Waterproofing Membranes for Structures 40 j. 556, Pipe Underdrains 41 3. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: 42 a. Tex-616-J, Construction Fabrics 43 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 44 1.5 SUBMITTALS 45 A. See Section 03 30 00. r= CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 32 32 13 - 3 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 3 of 5 1.6 ACTION SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. See Section 03 30 00. 1.10 DELIVERY, STORAGE, AND HANDLING A. See Section 03 30 00. 1.11 SITE CONDITIONS A. Ambient Conditions: See Section 03 30 00. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Concrete and Reinforcing Steel 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. 2. TxDOT Standard — Spread Footing Walls a. 420, Concrete Structures. b. 421, Hydraulic Cement Concrete. c. 440, Reinforcing Steel. d. 445, Galvanizing. e. 458, Waterproofing Membranes for Structures. B. Backfill 1. Concrete Retaining Wall with Sidewalk a. Section 31 23 23. 2. TxDOT Standard — Spread Footing Walls a. 132, Embankments. C. Underdrains 1. Concrete Retaining Wall with Sidewalk a. Section 33 46 00. 2. TxDOT Standard — Spread Footing Walls a. 556, Pipe Underdrains. D. Filter Fabric 1. General a. Provide standard weight fabric for retaining walls and soil separation. b. Provide filter fabric rated as UV -resistant when used as part of the exposed facing for a temporary wall. c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric, and forms a mat of uniform quality. d. Fabric fibers are continuous and random throughout the fabric. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 32 32 13 - 4 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 4 of 5 1 e. The fabric is mildew resistant and rot -proof, and it is satisfactory for use in a 2 wet soil and aggregate environment. 3 2. Physical Requirements: The fabric must conform to the requirements listed in Table 4 1 when tested in accordance with the test methods specified. 5 6 Table 1 7 Filter Fabric Requirements 8 Physical Properties Test Method Value Fabric Weight, on an ambient Tex-616A 4 oz/yard temperature air-dried, tension free sample Permittivity, 1/sec ASTM D4491 1.0, min Tensile Strength, Ibs ASTM D4632 100 Ibs Apparent Opening Size ASTM D4751 70-100 Elongation at yield, percent ASTM D4632 20-100 Trapezoidal Tear, Ibs ASTM D4533 35 Ibs 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Construct retaining walls in accordance with details shown on the plans, on the approved working drawings, and to the pertinent requirements of the following Sections: l . Concrete Retaining Wall with Sidewalk a. Section 03 30 00. b. Section 3123 16. c. Section 31 23 23. d. Section 31 24 00. e. Section 33 46 00. 2. TxDOT Standard — Spread Footing Walls a. 110, Excavation. b. 132, Embankment. c. 400, Excavation and Backfill for Structures. d. 423, Retaining Walls e. 420, Concrete Structures. f. 458, Water proofing Membranes for Structures. g. 556, Pipe Underdrains. 3.5 REPAIR A. See Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 323213-5 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 5 of 5 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. See Section 03 30 00. 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 mw M& oft M i me ow 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 I 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 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS Cary Project No. 00625 3291 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Topsoil 15 1. Use easily cultivated, fertile topsoil that: 16 a. is free from objectionable material including subsoil, weeds, clay lumps, non- 17 soil materials, roots, stumps or stones larger than 1.5 inches 18 b. has a high resistance to erosion, and 19 c. is able to support plant growth. 20 2. Secure topsoil from approved sources. 21 3. Topsoil is subject to testing by the City. 22 4. pH: 5.5 to 8.5. 23 5. Liquid Limit: 50 or less. 24 6. Plasticity Index: 20 or less. 25 7. Gradation: maximum of 10 percent passing No. 200 sieve. 26 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 27 of vegetation. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 d' MP -00 wb� as 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 i ift i mft C l i 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 USED] 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 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 A* 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 7 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture. b) Seed not allowed: (1) Johnsongrass (2) nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 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 Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wildrye* CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 7 1 d. Wildflower Seed 2 1) Plant between the following: 3 a) March 5 and May 31 4 b) September 1 and December 1 5 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia Galva 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 bipinnatiftda 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifrda 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 6 *not to be planted within ten feet of a road or parking lot or within three feet of a 7 walkway 8 9 e. Temporary Erosion Control Seed 10 1) Consist of the sowing of cool season plant seeds. 11 3. Mulch 12 a. For use with conventional mechanical or hydraulic planting of seed. 13 b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products 14 (waste products from paper mills or recycled newspaper). 15 c. No growth or germination inhibiting factors. 16 d. No more than ten percent moisture, air dry weight basis. 17 e. Additives: binder in powder form. 18 f. Form a strong moisture retaining mat. 19 4. Fertilizer 20 a. acceptable condition for distribution 21 b. applied uniformly over the planted area. 22 c. Analysis 23 1) 16-20-0 24 2) 16-8-8 25 d. Fertilizer rate: 26 1) Not required for wildflower seeding. 27 2) Newly established seeding areas - 100 pounds of nitrogen per acre. 28 3) Established seeding areas - 150 pounds of nitrogen per acre. 29 5. Topsoil: See Section 32 91 19. 30 6. Water: clean and free of industrial wastes or other substances harmful to the 31 germination of the seed or to the growth of the vegetation. 32 7. Soil Retention Blanket 33 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 34 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 7 1 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. 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 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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.B. b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRA WCHANNEL IMPROVEMENTS City Project No. 00625 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 PM 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 329343-1 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 329343-2 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 e= 329343-3 TREES AND SHRUBS Page 3 of 8 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. 11 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 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 24 2.2 MATERIALS 25 1. General 26 a. Plants shall be true to species and variety specified, grown under climatic 27 conditions similar to those in the locality of the project for at least two years 28 and have been freshly dug during the most recent favorable harvest season. 29 b. All plant names and descriptions are as defined in Hortus Third. 30 c. All plants are to be grown and harvested in accordance with the American 31 Standard for Nursery Stock. 32 d. Unless approved by the City Forester, plants shall have been grown in a latitude 33 not more than 200 miles north or south of the latitude of the project unless the 34 provenance of the plant can be documented to be compatible with the latitude 35 and cold hardiness zone of the planting location. 36 2. Trees 37 a. Provide container grown trees which are straight and symmetrical and have 38 persistently preferred main leader. 39 b. Mark the tree's north orientation in the nursery for all deciduous trees grown in 40 the field with a 1-inch diameter spot of white paint on the tree trunk within the 41 bottom twelve inches of the trunk. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 93 43 - 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: I ) 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 dw M .r M 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 329343-7 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. L1 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 LONGSTRAW CHANNEL /MPRO CEMENTS City Project No. 00625 MW i 04 i i un me aw 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 5 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 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: 1 l l . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 15 4. Section 33 04 50 — Cleaning of Sewer Mains 16 5. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 17 6. Section 33 3121 — Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary 18 Sewer Pipe 19 7. Section 33 3122 — Sanitary Sewer Slip Lining 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Pre -CCTV Inspection 22 1. Measurement 23 a. Measurement for this Item will be by the linear foot of line televised for CCTV 24 Inspection performed prior to any line modification or replacement determined 25 from the distance recorded on the video tape log. 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured as provided under "Measurement" will be paid for at the unit price 29 bid per linear foot for "Pre -CCTV Inspection". 30 1) Contractor will not be paid for unaccepted video. 31 3. The price bid shall include: 32 a. Mobilization 33 b. Cleaning 34 c. Digital file 35 B. Post -CCTV Inspection 36 1. Measurement 37 a. Measurement for this Item will be by the linear foot of line televised for CCTV 38 Inspection performed following repair or installation determined from the 39 distance recorded on the video tape log. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL /MPROVEMEN7S City Project No. 00625 33 01 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 5 1 2. Payment 2 a. The work performed and materials furnished in accordance with this Item and 3 measured as provided under "Measurement" will be paid for at the unit price 4 bid per linear foot for "Post -CCTV Inspection". 5 1) Contractor will not be paid for unaccepted video. 6 3. The price bid shall include: 7 a. Mobilization 8 b. Cleaning 9 c. Digital file 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. City of Fort Worth Water Department 16 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 17 Program (CCTV Manual). Contact Field Operations to obtain a copy of the 18 CCTV Manual. 9 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Meet with City of Fort Worth Water Department staff to confirm that the 22 equipment, software, standard templates, defect codes and defect rankings are being 23 used, if required. 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be approved by the Engineer or the City prior to delivery. 27 1.6 INFORMATIONAL SUBMITTALS 28 A. Pre -CCTV submittals for sanitary sewer lines 24 inches and larger, if required 29 1. Project schedule 30 2. Listing of cleaning equipment and procedures 31 3. Listing of flow diversion procedures 32 4. Listing of CCTV equipment 33 5. Listing of backup and standby equipment 34 6. Listing of safety precautions and traffic control measures 35 1.7 CLOSEOUT SUBMITTALS 36 A. Post -CCTV submittals 37 1. 2 copies of CCTV video results on DVD 38 2. 2 hard copies of Inspection Report CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 33 01 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION +�+ Page 3 of 5 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] i 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] i 10 3.3 PREPARATION 11 A. CCTV Equipment 12 1. Use equipment specifically designed and constructed for such inspection. 13 2. Use equipment designed to operate in 100 percent humidity conditions. 14 3. Use equipment with a pan (f270 degrees), tilt, and rotates (360 degrees). 15 4. Use camera with an accurate footage counter that displays on the monitor the 16 distance of the camera (to the nearest 1/10 foot) from the centerline of the starting 17 manhole. 18 5. Use camera with height adjustment so camera lens is always centered at 1/2 the 19 inside diameter, or higher, in the televised pipe. 20 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 21 7. Provide color video. 22 8. Use the Fort Worth Water Department standardized inspection and coding program i 23 by I.T. software with pre -configured template. 24 a. See CCTV Manual. 25 B. Temporary Bypass Pumping — Conform to Section 33 03 10. 26 C. Cleaning — Conform to Section 33 04 50. 27 3.4 INSPECTION (CCTV) 28 A. General 29 1. Begin inspection immediately after cleaning of the main. 30 2. Move camera through the line in either direction at a moderate rate, stopping when 31 necessary to permit proper documentation of the main's condition. 32 3. Do not move camera at a speed greater than 30 feet per minute. 33 4. Use manual winches, power winches, TV cable, and power rewinds that do not 34 obstruct the camera view, allowing for proper evaluation. 35 5. During investigation stop camera at each defect along the main. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 3301 31 -4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 5 a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes b. Service connections c. Joints d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than 1 DVD. B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 31 20, Section 33 31 21 and Section 33 31 22. C. Post -Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 0450. D. Documentation of CCTV Inspection 1. Follow the CCTV Manual for the inspection video, data logging and reporting. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. See Section 33 04 50. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 33 01 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 5 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRA WCHANNEL IMPROVEMENTS City Project No. 00625 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILI_ 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 MM 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment i 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: MN 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 i 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 qM 38 39 40 i A. Measurement and Payment 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 pipeline 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 LONGSTRAW CHANNEL /MPROVEMENTS City Project No. 00625 n ar. MR 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: PAVED %_AREAS UNPAVED AREAS I Y _ 00 J _J ^ Q L� x X / \� / \X INITIAL BACKFILL w Ld m SPRINGLINE --- - - - - - - /\i ^' wCL HAUNCHING BEDDING FOUNDATION OD CLEARANCE EXCAVATED TRENCH WIDTH 3. Deleterious materials - liarmful 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 LONGSTRA W CHANNEL IMPROVEMENTS City Project No. 00625 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 C 136-01 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/ft3 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 I. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 26 place by Nuclear Methods (Shallow Depth) 27 m. 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 01 33 00. 46 B. All submittals shall be approved by the Engineer or the City prior to construction. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 i i 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 18 1.6 ACTION SUBMITTALSANFORMATIONAL 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 31 25 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 18 1 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 C 131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 e= 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 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. CIassified as SC or CL in accordance with ASTM D2487 b. Liquid limitless 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 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 IP", 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 rt 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 18 1 f. Remove trees specifically designated to be removed in the Drawings in 2 accordance with Section 31 10 00. 3 3. Above ground Structures 4 a. Protect all above ground structures adjacent to the construction. 5 b. Remove above ground structures designated for removal in the Drawings in 6 accordance with Section 02 41 13 7 4. Traffic 8 a. Maintain existing traffic, except as modified by the traffic control plan, and in 9 accordance with Section 34 71 13. 10 b. Do not block access to driveways or alleys for extended periods of time unless: 11 1) Alternative access has been provided 12 2) Proper notification has been provided to the property owner or resident 13 3) It is specifically allowed in the traffic control plan 14 c. Use traffic rated plates to maintain access until access is restored. 15 5. Traffic Signal —Poles, Mast Arms, Pull boxes,. Detector loops 16 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 17 excavation that could impact the operations of an existing traffic signal. 18 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 19 and detector loops. 20 c. Immediately notify the City's Traffic Services Division if any damage occurs to 21 any component of the traffic signal due to the contractors activities. 22 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 23 cabinets, conduit and detector loops as a result of the construction activities. 24 6. Fences 25 a. Protect all fences designated to remain. 26 b. Leave fence in the equal or better condition as prior to construction. 27 3.4 INSTALLATION 28 A. Excavation 29 1. Excavate to a depth indicated on the Drawings. 30 2. Trench excavations are defined as unclassified. No additional payment shall be 31 granted for rock or other in -situ materials encountered in the trench. 32 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 33 and bracing in accordance with the Excavation Safety Plan. 34 4. The bottom of the excavation shall be firm and free from standing water. 35 a. Notify the City immediately if the water and/or the in -situ soils do not provide 36 for a firm trench bottom. 37 b. The City will determine if any changes are required in the pipe foundation or 38 bedding. 39 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 40 excavation shall not advance beyond the pipe placement so that the trench may be 41 backfilled in the same day. 42 6. Over Excavation 43 a. Fill over excavated areas with the specified bedding material as specified for 44 the specific pipe to be installed. 45 b. No additional payment will be made for over excavation or additional bedding 46 material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 3305 10- 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 18 1 7. Unacceptable Backfill Materials 2 a. In -situ soils classified as unacceptable backfill material shall be separated from 3 acceptable backfill materials. 4 b. If the unacceptable backfill material is to be blended in accordance with this 5 Specification, then store material in a suitable location 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 330510-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I 1 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 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. I. 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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. I. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 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) f 1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 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. I. 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 f0.1 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 13 14 15 16 17 18 19 20 21 22 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 ±0.1 inches of the elevation on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate 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 ±0.1 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 am 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 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: I ) 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL /MPRO CEMENTS City Project No. 00625 qW am r, dob oft 330513-1 FRAME, COVER, AND GRADE RINGS Page 1 of 5 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM) 29 a. ASTM A48 — Standard Specification for Gray Iron Castings 30 b. ASTM A536 - Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials (AASHTO) 33 a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 3305 13 - 2 FRAME, COVER, AND GRADE RINGS Page 2 of 5 1 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of origin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Castings 34 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 35 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 37 loading with permanent deformation. 38 4. Covers CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 a* om POO 4� 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 5 1 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 2 frame and cover 3 b. Provide with 2 inch wide pick slots in lieu of pick holes. 4 c. Provide gasket in frame and cover. 5 d. Standard Dimensions 6 1) Sanitary Sewer 7 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 8 cover assemblies unless otherwise specified in the Contract Documents. 9 2) Storm Drain 10 a) Provide a clear opening of 19 3/4 inches for all storm drain frames, inlets 11 and cover assemblies unless otherwise specified in the Contract 12 Documents. 13 b) Provide a minimum clear opening of 24 inches for all storm sewer 14 manholes and junction structures. 15 e. Standard Labels 16 1) Water 17 a) Cast lid with the word "WATER" in 2-inch letters across the lid. 18 2) Sanitary Sewer 19 a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across 20 the lid. 21 3) Storm Drain 22 a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the 23 lid. 24 f. Hinge Covers 25 1) Provide water tight gasket on all hinged covers. 26 2) Water 27 a) Provide hinged covers for all water structures. 28 3) Sanitary Sewer 29 a) Provide hinged covers for all manholes or structures constructed over 30 24-inch sewer lines and larger and for manholes where rim elevations 31 are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-inch. 34 2. Use concrete in traffic loading areas. 35 3. In non -traffic areas concrete or HDPE can be used. 36 D. Joint Sealant 37 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 38 form. 39 2. Provide sealant that is not dependant on a chemical action for its adhesive 40 properties or cohesive strength. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 r. � 330513-4 FRAME, COVER, AND GRADE RINGS Page 4 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 [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame, cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame, cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain 25 and where specified on the Drawings. 26 C. Joint Sealing 27 1. Seal frame, grade rings and structure with specified sealant. 28 D. Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 5 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [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 LONGSTRAW CHANNEL IMPRO FEMENTS City Project No. 00625 3305 14- 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 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 I — 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 i 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 M+ 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 47 48 49 330514-2 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 I, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 1, 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. Backfi Il 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 LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 r� 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. 19 3.4 ADJUSTMENT Am 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 33 05 10. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 JOR] 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 LONGSTR4W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 duh om i .w .. 3341 10 - 1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 1 SECTION 33 4110 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 7 including: 8 a. Pipe or box fittings 9 b. Connection of drain lines to curb inlets 10 c. All joints 11 d. All connections to new or existing pipe or headwalls, manholes, etc., to the 12 lines and grades shown on the Drawings 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 19 4. Section 03 30 00 — Cast -in -Place Concrete 20 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 21 6. Section 33 05 23 — Hand Tunneling 22 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Reinforced Concrete Storm Drain Pipe 26 a. Measurement 27 1) Measured along the longitudinal centerline of the pipe from the initial 28 beginning point as shown on Drawings to the end of construction as shown 29 on Drawings, excluding inside diameters of any manholes encountered 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price bid per linear foot of "RCP" installed for: 34 a) Various sizes 35 b) Various classes 36 c. The price bid shall include: 37 1) Furnishing and installing the specified diameter pipe and appurtenant 38 fittings 39 2) Mobilization 40 3) Pavement removal 41 4) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 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 3341 10-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 2. Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Box Culvert" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 35 1.3 REFERENCES 36 37 38 39 40 41 42 43 44 45 46 47 48 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. T11 1, Inorganic Matter or Ash in Bituminous Materials. 3. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 3341 10 - 3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 1 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure 2 Pipe. 3 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 4 Rubber Gaskets. 5 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 6 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 7 Drain, and Sewer Pipe. 8 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 9 Drain, and Sewer Pipe. 10 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and 11 Precast Box Sections Using Preformed Flexible Joint Sealants. 12 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 13 Sections for Culverts, Storm Drains, and Sewers. 14 k. D4, Standard Test Method for Bitumen Content. 15 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 16 Compounds. 17 m. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball 18 Apparatus). 19 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 20 (Displacement Method). 21 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 22 Tester. 23 p. D113, Standard Test Method for Ductility of Bituminous Materials. 24 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 25 4. TxDOT Test Procedures (Tex): 26 a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for 27 Precast Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 33 A. Certificates 34 1. Furnish manufacturer's certificate of compliance that their product meets the 35 physical testing requirements of this Specification for the materials referenced 36 including, but not limited to: 37 a. Reinforced concrete pipe 38 b. Concrete box culvert 39 c. Jointing materials CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 3341 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Secure and maintain a location to store the material in accordance with Section 01 7 6600. 8 2. Keep pipe clean and fully drained during storage. 9 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 10 4. Repair or replace any damaged pipe before installation per the manufacturer's 11 recommendation. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 16 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 17 A. Fabrication 18 1. Precast Reinforced Concrete Pipe 19 a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or 20 ASTM C507 for circular, arch or elliptical pipe respectively. 21 b. Utilize a machine made process or cast by a process that will provide uniform 22 placement of a mixture of cement, aggregate and water proportional to provide 23 a homogeneous concrete meeting the specified strength requirements. 24 c. Mix concrete in a central batch plant or other approved batching facility where 25 the quality and uniformity of the concrete is assured. 26 d. Do not use transit mixed concrete to manufacture precast concrete pipe. 27 2. Concrete Box Culvert 28 a. Cast -in -Place 29 1) Conform to Section 03 30 00. 30 b. Precast 31 1) Furnish machine made precast boxes in accordance with ASTM C1433. 32 2) Utilize a machine made process or cast by a process that will provide 33 uniform placement of a mixture of cement, aggregate, and water 34 proportional to provide a homogeneous concrete meeting the specified 35 strength requirements. 36 3) Concrete water to cement ratio not to exceed 0.53 by weight 37 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless 38 mix designs with lower cement content demonstrate that the quality and 39 performance of the sections meet the requirements of this Specification. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 3341 10 - 5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 5) Mix concrete in a central batch plant or other approved hatching facility where the quality and uniformity of the concrete is assured. 6) Do not use transit mixed concrete to manufacture precast concrete box culvert. 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A 185 or ASTM A497. 3. Jointing Materials a. Use any of the materials described in this Section for the making of joints. 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a) Provide flexible joint sealants that meet the requirements of ASTM C990. b) Utilize 1 continuous gasket conforming to the joint shape for each joint. c) Plastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. d) Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. e) Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. f) Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under construction methods. g) The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2-piece wrapper shall be so designed that '/z may be removed longitudinally without disturbing the other''/2 to facilitate application as noted below. h) The chemical composition of the gasket joint sealing compound as shipped shall meet the requirements of Table 1 when tested in accordance with the test methods shown. Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds i) Gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (H2S) solution shall show no visible deterioration. j) The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTN City Project No. 00625 3341 10 - 6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 Table 2. Sealing Compound Physical Properties Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds 75 minimum 77 degrees F (150-gms) 5-seconds ASTM D217 50 to 120 115 degrees F (150-gms) 5-seconds I 150 max Flash Point C.O.C. 600 degrees F Fire Point C.O.0 ASTM D92 I 625 degrees F 2 3) Rubber Gaskets 3 a) Provide gaskets that conform to ASTM C361 or ASTM C443. 4 b) Meet the requirements of ASTM C443 for design of the joints and 5 permissible variations in dimensions. 6 B. Design Criteria 7 1. Reinforced Concrete Pipe 8 a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe 9 with shell thickness, circumferential reinforcement and strength conforming to 10 the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch I I or elliptical pipe respectively, except as modified below: 12 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular 13 reinforcement. 14 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its 15 option, furnish pipe manufactured with either Wall "B" or Wall "C" 16 minimum thicknesses and the applicable minimum steel area as listed for 17 circular cages in Table II of ASTM C76, provided test strength 18 requirements for Class III pipe are satisfactorily met. 19 b. Jacking, Boring, or Tunneling 20 1) Design pipe for jacking, boring or tunneling conforming to the 21 requirements of Section 33 05 23. 22 2) When requested, provide design notes and drawings signed and sealed by a 23 Texas licensed professional engineer. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Tests and Inspections 27 1. Reinforced Concrete Pipe 28 a. Acceptance of pipe will be determined by the results of the following tests: 29 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 30 2) Absorption tests in accordance with ASTM C497. 31 3) 3-edge bearing tests in accordance with ASTM C497. 32 a) Testing Rate 33 (1) If tested for 0.01-inch crack only: 34 (a) Test 0.8 percent of pipe sections for each size included in order 35 (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 u 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 3341 10-7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C5O7. (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast -in -Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. 3. Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day's production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 3341 10 - 8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 1 b. Where rubber gasket pipe joints are to be used, the design of joints and 2 permissible variations in dimensions shall be in accordance with ASTM C443, 3 Sections 7 and 8. 4 2. Cast -in -Place or Precast Box Culvert 5 a. Ensure that precast sections of either type meet the following requirements: 6 l ) The inside vertical and horizontal dimensions do not vary from Drawing 7 requirements by more than 1/2 inch or 1 percent, whichever is greater. 8 2) The horizontal or vertical plane at each end of the box section does not vary 9 from perpendicular by more than 1/2 inch or 1 percent, whichever is 10 greater, measured on the inside faces of the section. 11 3) The sides of a section at each end do not vary from being perpendicular to 12 the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, 13 when measured diagonally between opposite interior corners. 14 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 15 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 16 whichever is greater. 17 l) If proper jointing is not affected, thicknesses in excess of Drawing 18 requirements are acceptable. 19 c. Deviations from the above tolerances will be acceptable if the sections can be 20 fitted at the plant or job site and the joint opening at any point does not exceed 21 1 inch. 22 1) Use match marks for proper installation on sections that have been accepted 23 in this manner. 24 C. Workmanship and Finish 25 1. Reinforced Concrete Pipe 26 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 27 surface roughness. 28 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 29 within the limits of variations allowed as stated previously. 30 2. Cast -in -Place or Precast Box Culvert 31 a. Fine cracks on the surface of the member that do not extend to the plane of the 32 nearest reinforcement are acceptable unless the cracks are numerous and 33 extensive. 34 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 35 manner. 36 c. Excessive damage, honeycomb or cracking will be subject to structural review. 37 d. The City may accept boxes with repairs that are sound, properly finished and 38 cured in conformance with pertinent Specifications. 39 e. When fine cracks on the surface indicate poor curing practices, discontinue 40 further production of precast sections until corrections are made and proper 41 curing is provided. 42 D. Curing 43 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 44 of pipe as referred to above. 45 E. Marking 46 1. Reinforced Concrete Pipe 47 a. Clearly mark the following information on each section of pipe: r � CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 r 1 AW am i 4M 3341 10-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1 1) Class of pipe 2 2) ASTM designation 3 3) Date of manufacture 4 4) Identification of plant 5 5) Name or trademark of the manufacturer 6 6) Pipe to be used for jacking and boring 7 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 8 of each section during the process of manufacture or immediately after with the 9 following: 10 1) The location of the top or bottom of the pipe as it should be installed, 11 unless the external shape of the pipe is such that the correct position of the 12 top and bottom is obvious 13 2) Mark the pipe section by indenting or painting with waterproof paint. 14 2. Cast -in -Place or Precast Box Culvert 15 a. Mark precast boxes with the following: 16 1) Name or trademark of the producer 17 2) Date of manufacture 18 3) Box size 19 4) Minimum and maximum fill heights 20 b. For boxes without lifting holes, mark 1 end of each box section on the inside 21 and outside walls to indicate the top or bottom as it will be installed. 22 c. Indent markings into the box section or paint them on each box with waterproof 23 paint. 24 F. Pipe/Box Rejection 25 1. Individual sections of pipe/box may be rejected if any of the Specification 26 requirements are not met or if any of the following exist: 27 a. Fractures or cracks passing through the shell, with the exception of a single end 28 crack that does not exceed the depth of the joint 29 b. Defects that indicate imperfect proportioning, mixing and molding 30 c. Surface defects indicating honeycombed or open texture 31 d. Damaged ends which would prevent making a satisfactory joint 32 e. Any continuous crack having a surface width of 0.01 inch or more and 33 extending for a length of 12 inch or more 34 2. Mark rejected pipe/box with painted "REJECTED". 35 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 36 meeting the requirements of this Specification. 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 INSTALLATION 42 A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 Conform to the requirements of Section 33 05 10 for excavation and embedment for 2 open -cut type installation. 3 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling 4 methods are specified on Drawings. 5 3. Establish and maintain lines and grades. 6 B. Pipe/Box Laying —Trench Installation 7 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 8 conditions. 9 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 10 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 11 or upstream end with the abutting sections properly matched, true to the established 12 lines and grades. 13 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 14 according to manufacturer's recommendation. 15 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 16 the prepared bedding or sides of trench. 17 5. Carefully clean pipe/box ends before pipe is placed in trench. 18 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 19 length of pipe/box is laid. 20 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 21 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 22 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 23 not more than 5 degrees from the vertical plane through the longitudinal axis of the 24 pipe 25 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment 26 or that shows excessive settlement after laying. 27 C. Multiple Barrel Box Culvert Placement 28 1. Fill the annular space between multiple boxes with crushed rock or CLSM 29 according to 03 34 13. 30 a. Water jetting will not be allowed between parallel boxes. 31 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 32 inlet end with the abutting sections properly matched. 33 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established 34 lines and grades. 35 D. Jointing 36 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 37 a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket 38 joint sealer, to tongue and groove joint surfaces and end surfaces. 39 1) Ensure that surface to be primed is clean and dry when primer is applied. 40 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 41 protrusions. 42 3) Allow primer to dry and harden. 43 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 44 pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 in 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 3341 10 - 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page I 1 of 12 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and press it firmly to the clean, dry pipe joint surface. 1) Do not remove the outside wrapper until immediately before pushing pipe into its final position. d. Align the tongue correctly with the flare of the groove. e. Remove outside wrapper on the gasket and pull or push pipe home with sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause evidence of gasket material squeeze -out on inside or outside around complete pipe joint circumference. 1) Remove any joint material that pushed out into the interior of pipe. 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on line and grade at all times. f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint has been inspected and approved by the Engineer or Inspector. 1) Take special precautions in placing and compacting backfill to avoid damage to joints. g. When the atmospheric temperature is below 60 degrees F, store pre -formed flexible joint sealants in an area warmed to above 70' degrees F or artificially warmed to this temperature in a manner satisfactory to the Engineer. 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, followed by connection to previously laid pipe. 2. Rubber Gaskets a. Make the joint assembly according to the recommendations of the gasket manufacturer. b. When using rubber gaskets, make joints watertight. c. Backfill after the joint has been inspected and approved. E. Backfill 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. F. Pipe fittings 1. Poured Concrete Pipe Collars a. Provide collars for locations shown on Drawings. b. Collar cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe collars shown on the Drawings. 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as indicated on Drawings or required by the Engineer. b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter for the larger pipe. c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Field -fabricate fittings for box culverts. e. Take care in fabrication that concrete walls of pipe are broken back only enough to provide the required finished opening. f Join reinforcing mesh or bars by bending, twisting or spot welding to provide a rigid connection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 OAF 22 23 24 25 26 27 28 29 30 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 g. Concrete or mortar (as specified in this segment) shall be wiped over the reinforcing wires connecting the 2 pipe joints, compacted by light blows, shaped to the contour of the pipe barrels, lightly brushed for finish and cured under wet burlap. 3. Poured Concrete Pipe Plugs a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines terminate at locations with no connection to drainage structures. b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe plugs shown on the Drawings. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD lox] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Perform post -construction TV inspection of all installed reinforced concrete pipes/boxes conforming to the requirements of Section 33 01 31. 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. a. At the City's discretion, replace any pipe/box that is determined to have jointing problems, cracking or significant debris. 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 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 mqw Mik i 334600-1 SUB DRAINAGE Page 1 of 6 1 SECTION 33 46 00 2 SUB DRAINAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of pipe subdrains at the locations, lines and grades shown on the 7 Drawings. 8 a. If details are not shown on the Drawings, construct the subdrain in accordance 9 with this Section and standard storm drain details. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 2" PVC SCH 40 drain pipe shall be subsidiary to the cost of sub drain pipe. 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 31 37 00 — Riprap 16 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 17 5. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 18 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured by the linear foot along the top of the pipe and includes the length of 23 elbows, wyes, tees, and cleanouts 24 2. Payment 25 a. The work performed and material furnished in accordance with this Item and 26 measured as provided under "Measurement" will be paid for at the unit price 27 bid per linear foot of "Underdrains" installed for: 28 1) Various types 29 2) Various sizes 30 b. The price bid shall include: 31 1) Furnishing and installing the specified Underdrain 32 2) Pipe 33 3) Couplers 34 4) Plugs 35 5) Screens 36 6) Filter material 37 7) Filter fabric 38 8) Excavation 39 9) Hauling 40 10) Disposal of excess materials 41 11) Connection to existing structures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 334600-2 SUB DRAINAGE Page 2 of 6 1 12) Riprap 2 13) Furnishing, placing and compaction of embedment 3 14) Furnishing, placing and compaction of backfill 4 15) Clean-up 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. American Association of State Highway and Transportation Officials (AASHTO): 11 a. M36, Corrugated Steel Pipe, Metallic -Coated, for Sewers and Drains. 12 b. M 190, Standard Specification for Bituminous -Coated Corrugated Metal Culvert 13 Pipe and Pipe Arches 14 c. M196, Corrugated Aluminum Pipe for Sewers and Drains. 15 d. M252, Standard Specification for Corrugated Polyethylene Drainage Pipe. 16 e. M278, Standard Specification for Class PS46 Polyvinyl Chloride (PVC) Pipe. 17 3. ASTM International (ASTM): 18 a. C33, Standard Specification for Concrete Aggregates. 19 b. D448, Standard Classification for Sizes of Aggregate for Road and Bridge 20 Construction. 21 c. D2751, Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS) 22 Sewer Pipe and Fittings. 23 d. F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer 24 Pipe With a Smooth Interior and Fittings. 25 4. Texas Department of Transportation (TxDOT): 26 a. Departmental Materials Specification (DMS): 27 1) DMS 6200, Filter Fabric. 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Product Data — Submit the following information in accordance with Section 01 33 00. 32 1. Subdrain pipe material to be used. 33 2. Filter fabric material to be used. 34 3. Sieve Analysis for filter material to be used. CITY OF FORT WORTH LONGSTRA W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 am i i AMP i Pft i i i on OM 334600-3 SUB DRAINAGE Page 3 of 6 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 8 PART 2 - PRODUCTS 9 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 10 2.2 MATERIALS 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Pipe 1. Use only 1 type of pipe for any subdrain system on the project. a. Use perforated pipe in areas to be drained and non -perforated pipe between the perforated pipe and the outfall. 2. Type 1 a. Corrugated steel pipe conforming to any type specified in AASHTO M36, fabricated from corrugated galvanized sheet. 3. Type 2 a. Corrugated aluminum pipe conforming to AASHTO M 196, Type I or IA, fabricated from corrugated sheet. 4. Type 3 a. Bituminous -coated corrugated steel pipe conforming to the requirements of Type 1 and uniformly coated inside and out with a minimum thickness of 0.05 inches with a bituminous material meeting the requirements of AASHTO M 190. 5. Type 4 a. Bituminous -coated corrugated aluminum pipe conforming to the requirement of Type 2 and uniformly coated inside and out with a minimum thickness of 0.05 inches with a bituminous material meeting the requirements of AASHTO M 190. 6. Type 5 a. Acrylonitrile-butadiene-styrene pipe conforming to ASTM D2751, SDR-35 b. Perforations must meet the requirements of AASHTO M278. 7. Type 6 a. Corrugated polyethylene plastic tubing conforming to ASTM M252. 8. Type 7 a. Corrugated polyvinyl chloride (PVC) pipe conforming to ASTM F949. 9. Type 8 a. Smooth -wall PVC pipe conforming to AASHTO M278, Class PS 46. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 334600-4 SUB DRAINAGE Page 4 of 6 1 B. Filter Material 2 1. Furnish hard, durable aggregate, free of clay balls or other organic or deleterious 3 matter, which meets gradation size number 467, 57, or 67 as specified in ASTM 4 C33 and ASTM D488. 5 2. Use material that meets the requirements of ASTM C33, Concrete Aggregates 6 3. Use only 1 type of filter material for any subdrain system on a project. 7 C. Filter Fabric 8 1. Use filter fabric that meets the requirements of DMS-6200, "Filter Fabric," Type 1. 9 D. Riprap 10 1. When required, provide concrete riprap in accordance with Section 31 37 00. 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 INSTALLATION 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Excavation 1. Begin excavation of the trench at the outfal I and proceed toward its upper end, following the lines and grades shown on the Drawings or as directed by the Engineer. 2. Hold the minimum horizontal limits of excavation for filter material to the dimensions shown in Table 3 or as shown on the Drawings. Table 3 Minimum Horizontal Limits of Excavation for Filter Material Depth of Trench Trench Width (feet) (inches) 0to6 19 Over 6 to 10 25 Over 10 to 15 31 Over 15 37 B. Filter Fabric 1. In areas to be drained, place filter fabric in the bottom and sides of the trench before placing pipe or filter material. 2. Provide enough width of fabric to overlap on top of the filter material. C. Subdrain Pipe 1. Center perforated pipe in the excavated ditch with the perforations below the horizontal axis. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 334600-5 SUB DRAINAGE Page 5 of 6 2. Lay pipe according to Drawing Details with the perforations on the underside of the 2 pipe, unless otherwise directed by the Engineer. 3 3. Join the pipe with appropriate couplers in accordance with the manufacturer's 4 recommendations. 5 4. Install non -perforated pipe sections between the perforated pipe and the outfall. 6 a. The sections of non -perforated pipe do not require filter fabric or filter material. 7 5. Place a2-inch layer of filter material as a bottom course. 8 6. Firmly embed the subdrain pipe in the filter material. 9 7. Install cleanouts at the upstream end of the line, at approximately 200-foot spacing, 10 at bends and other locations shown on the Drawings, and in accordance with City 11 Standard Details. 12 8. Place plugs recommended by the pipe manufacturer in the upper ends of all pipe. 13 D. Filter Material 14 1. Place filter material at least 10 inches above the top of the pipe or as shown on the 15 Drawings. 16 2. Do not allow filter material to displace the pipe. 17 3. After placing pipe and filter material, lap filter fabric over the top of the filter 18 material according to the manufacturer's recommendation or as shown on the 19 Drawings. 20 E. Connection to Existing Structures 21 1. Storm Drain Structures 22 a. Core hole in drainage structures such as inlets, manholes and junction boxes 23 and connect downstream end of subdrain pipe. 24 b. Seal connection with non -shrink grout. 25 2. Drainage Channels 26 a. Where the subdrain discharges into a drainage channel, center the pipe outlet in 27 a 2-foot by 2-foot concrete riprap pad. 28 b. Place the riprap to match the contour and grade of the embankment slope. 29 c. Cut the pipe to the slope of the riprap. 30 3. Retaining Walls 31 a. Where the subdrain discharges through the face of a retaining wall, cut pipe to 32 be flush with the face of wall. 33 F. Backfill 34 1. Place backfill over the pipe in accordance with City Standard Details and Section 35 33 05 10 or as shown on the Drawings 36 3.5 RESTORATION 37 A. Surface Restoration 38 1. In unpaved areas, restore surface in accordance with Section 32 91 19 and Section 39 32 92 13, as appropriate. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 334600-6 SUB DRAINAGE Page 6 of 6 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD JOR] SITE QUALITY CONTROL [NOT USED] 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] ]0 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 i i Mob i i i .P., 334910-1 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 1 SECTION 33 49 10 2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain cast -in -place concrete manholes and junction boxes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division I —General Requirements 13 3. Division 3 — Concrete 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 3123 16 — Unclassified Excavation 16 6. Section 31 50 00 — Excavation Support and Protection 17 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Storm Drain Manhole Risers 22 a. Measurement 23 1) Measurement for this Item shall be per each Manhole Riser complete, or 24 completed to the stage of construction required by Drawings. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and will be paid for at the unit price bid per each "Manhole Riser" installed 28 for: 29 a) Various Sizes 30 c. The price bid shall include: 31 1) Mobilization 32 2) Excavation 33 3) Hauling 34 4) Disposal of excess materials 35 5) Furnishing, placement and compaction of embedment 36 6) Furnishing, placement and compaction of backfill 37 7) Manhole construction 38 8) Manhole frames 39 9) Steps 40 10) Ring and Cover 41 11) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 334910-2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 2 of 6 1 2. Storm Junction Boxes 2 a. Measurement 3 1) Measurement for this Item shall be per each Junction Box complete, or 4 completed to the stage of construction required by Drawings. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 will be paid for at the unit price bid per each "Storm Junction Box" 8 installed for: 9 a) Various sizes 10 c. The price bid shall include: 11 1) Mobilization 12 2) Excavation 13 3) Hauling 14 4) Disposal of excess materials 15 5) Furnishing, placement and compaction of embedment 16 6) Furnishing, placement and compaction of backfill 17 7) Junction Box construction 18 8) Junction Box frames 19 9) Steps 20 10) Ring and Cover 21 11) Clean-up 22 3. Storm Junction Structure 23 a. Measurement 24 1) Measurement for this Item shall be per each Junction Structure complete, or 25 completed to the stage of construction required by Drawings. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 will be paid for at the lump sum price bid per each "Storm Junction 29 Structure" location. 30 c. The price bid shall include: 31 1) Mobilization 32 2) Excavation 33 3) Hauling 34 4) Disposal of excess materials 35 5) Furnishing, placement and compaction of embedment 36 6) Furnishing, placement and compaction of backfill 37 7) Junction Box construction 38 8) Junction Box frames 39 9) Steps 40 10) Ring and Cover 41 11) Clean-up 42 1.3 REFERENCES 43 A. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. ASTM International (ASTM): CITY OF FORT WORTH LONGSTRAW CHANNEL 1MPR0VEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 334910-3 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 1 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 2 Sections. 3 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 4 Materials. 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS .. 7 A. Submittals shall be in accordance with Section 01 33 00. 8 B. All submittals shall be approved by the City prior to delivery. i 9 1.6 ACTION SUBMITTALSANFORMATION SUBMITTALS 10 A. Certificates 11 1. Furnish manufacturer's certificate of compliance that their product meets the i 12 physical testing requirements of this Specification for the materials referenced. 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] AN, 19 PART 2 - PRODUCTS 20 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 21 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 22 A. Concrete 23 1. Furnish concrete that conforms to the provisions of Section 03 30 00. 24 B. Reinforcing Steel ME 25 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 26 C. Frames, Grates, Rings, and Covers 27 1. Provide frames, grates, rings and covers that conform to dimensions and materials 28 shown on Drawings and Section 33 05 13. 29 2. Ensure that covers and grates fit properly into frames and seat uniformly and 30 solidly. 31 D. Steps 32 1. Provide polypropylene supports and steps to the shape and dimensions shown on 33 Drawings that meet the requirements of ASTM 134101 and ASTM C478, Section 34 16, "Steps and Ladders." CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 334910-4 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. General 1. Perform all concrete work in accordance with Division 3. 2. Use of forms is required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face a. Outside form for concrete bases supporting brick walls may be omitted with approval from the Engineer. 3. Cast polypropylene supports and steps into concrete walls when concrete is placed or drill and grout steps in place after concrete placement. B. Excavation and Embedment 1. Conform to the requirements of Section 31 23 16, Section 31 50 00 and Section 33 05 10, where applicable. C. Manholes for Precast Concrete Drain Pipes 1. Construct manholes for precast concrete pipe drains as soon as is practicable after drain lines into or through the manhole locations are completed. 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up with mortar. D. Manholes for Monolithic Drain Pipes 1. Construct bases for manholes on monolithic drain pipes either monolithically with the drain pipe or after the pipe is constructed. E. Manholes for Box Drains 1. Cast bases for manholes for box drains as an integral part of the drainage system. 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, manhole opening may be temporarily covered with timber to facilitate compaction of backfill for the pipe system as a whole with tractor equipment. a. Perform required excavation for manhole, construct manhole and backfill in accordance with Drawings. 3. For manholes that are over 5-feet deep, include all manhole steps required in the wall of the box drain. F. Junction Structures 1. All structures shall be installed as specified in Drawings. G. Inverts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 W 27 28 29 30 31 32 33 34 35 36 334910-5 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 1. Shape and route floor inverts passing out or through the manhole as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. H. Curing 1. Cure all exposed concrete as required in Division 3. I. Finishing 1. Finish all concrete as required in Division 3. J. Form Removal 1. Remove concrete form as required in Division 3. K. Placement and Treatment of Castings, Frames, and Fittings 1. Place castings, frames and fittings in positions indicated on Drawings or as directed by Engineer, true to line and correct elevation. 2. Frames or fittings set in new concrete or mortar a. Place and position anchors or bolts before concrete mortar is placed. b. Do not disturb unit until mortar or concrete has set. 3. Frames or fittings placed upon previously constructed masonry a. Bring bearing surface or masonry true to line and grade, and present an even bearing surface, so that entire face or back of unit will come in contact with masonry. b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as directed and approved by the Engineer. 4. Ensure that units are set firm and secure. 5. Allow concrete or mortar to harden for a minimum 7 days. 6. Replace and fasten down grates or covers. 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] IRevision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 334910-6 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 DATE NAME SUMMARY OF CHANGE END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 1 i 2 MR i MW am i i 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 49 20 CURB AND DROP INLETS 334920-1 CURB AND DROP INLETS Page I of 5 5 A. Section Includes: 6 1. Construction of inlets, complete in place or to the stage detailed 7 a. Including furnishing and installing frames, grates, rings and covers 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Division 3 — Concrete 14 4. Section 02 41 13 — Selective Site Demolition 15 S. Section 03 30 00 — Cast -In -Place Concrete 16 6. Section 03 80 00 — Modifications to Existing Concrete Structures 17 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfi11 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 9. Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures 20 to Grade 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be per each inlet complete in place. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Inlet" installed for: 28 1) Various types 29 2) Various sizes 30 3. The price bid shall include: 31 a. Furnishing and installing the specified Inlet 32 b. Mobilization 33 c. Excavation 34 d. Hauling 35 e. Disposal of excess materials 36 f. Furnishing, placement and compaction of embedment 37 g. Furnishing, placement and compaction of backfill 38 h. Concrete 39 i. Reinforcing steel 40 j. Mortar CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 33 49 20 - 2 CURB AND DROP INLETS Page 2 of 5 1 k. Aluminum and castings 2 1. Frames 3 m. Grates 4 n. Rings and covers 5 o. Clean-up 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 13 Inlet Sections. 14 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 15 Materials. 16 c. C309, Standard Specification for Liquid Membrane -Forming Compounds for 17 Curing Concrete. 18 3. Texas Department of Transportation (TxDOT). 19 a. Departmental Materials Specification (DMS): 20 1) 7340, Qualification Procedure for Multi -Project Fabrication Plants of 21 Precast Concrete Manholes and Inlets. 22 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 0133 00. 25 B. All submittals shall be approved by the Engineer or the City prior to delivery. 26 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 27 A. Product Data 28 1. Precast Concrete Inlet 29 2. Pipe connections at inlet walls 30 3. Stubs and stub plugs 31 4. Admixtures 32 5. Concrete Mix Design 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 4M i I PART2- PRODUCTS 33 49 20 - 3 CURB AND DROP INLETS Page 3 of 5 2 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Concrete 6 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 7 2. Reinforcing Steel 8 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. i 9 3. Mortar 10 a. Furnish mortar per Section 03 80 00. 11 4. Steps .. 12 a. Provide polypropylene supports and steps conforming to the shape and 13 dimensions shown on the Drawings that meet the requirements of ASTM 14 D4101 and ASTM C478, Section 16, "Steps and Ladders." 15 5. Curing Materials 16 a. Curing materials shall conform to the provisions of Division 3. 17 6. Frames, Grates, Rings and Covers 18 a. Provide frames, grates, rings and covers that conform to dimensions and 19 materials shown on Drawings and Section 33 05 13. 20 b. Ensure that covers and grates fit properly into frames and seat uniformly and 21 solidly. 22 2.3 ACCESSORIES [NOT USED] +. 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION i i 28 A. Removal 29 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 30 2. Drill, dowel, and grout in accordance with Section 03 30 00. 31 3.4 INSTALLATION 32 A. Interface with Other Work 33 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 34 and Stage 11. 35 a. Build inlets designed to match the final roadway surface in stages. 36 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 37 this Section. 38 a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 334920-4 CURB AND DROP INLETS Page 4 of 5 1 3. Construct Stage If after the pavement structure is substantially complete unless 2 otherwise approved by the Engineer. 3 a. For Stage 11, construct the remaining wall height and top of inlet and furnish 4 and install any frames, grates, rings and covers, manhole steps, curb beams or 5 collecting basins required. 6 B. Cast -In -Place Inlets 7 1. Construct cast -in -place inlets in accordance with Section 03 30 00. 8 a. Forms will be required for all concrete walls. 9 b. Outside wall forms for cast -in -place concrete maybe omitted with the approval 10 of the Engineer if the surrounding material can be trimmed to a smooth vertical 11 face. 12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 13 drill and grout steps in place after concrete placement. 14 C. Inlets for Precast Concrete Drain Pipes 15 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm 16 drain lines into or through the inlet locations are completed. 17 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 18 mortar. 19 D. Inlets for Monolithic Drain Pipes 20 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 21 storm drain or after the storm drain is constructed. 22 E. Inverts 23 1. Shape and route floor inverts passing out or through the inlet as shown on the 24 Drawings. 25 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 26 the required additional material with the base. 27 F. Finishing Complete Inlets 28 1. Complete inlets in accordance with the Drawings. 29 2. Backfill to original ground elevation in accordance with Section 33 05 10. 30 G. Finishing Stage I Construction 31 1. Complete Stage 1 construction by constructing the walls to the elevations shown on 32 the Drawings and backfilling to required elevations in accordance with Section 33 33 05 10. 34 H. Stage II Construction 35 1. Construct subgrade and base course or concrete pavement construction over Stage 1 36 inlet construction, unless otherwise approved by the Engineer. 37 2. Excavate to expose the top of Stage I construction and complete the inlet in 38 accordance with the Drawings and these Specifications, including backfill and 39 cleaning of all debris from the bottom of the manhole or inlet. 40 1. Form Removal 41 1. Forms used in the construction of "Inlets" which support vertical loads will remain 42 in place at least 24 hours after the concrete is placed. CITY OF FORT WORTH LONCSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 i i 334920-5 CURB AND DROP INLETS Page 5 of 5 1 2. Other forms shall remain in place for a minimum time 24 hours after concrete is 2 placed, unless otherwise directed by the Engineer. 3 J. Curing 4 1. Cure all exposed concrete as required in Section 03 30 00. 5 K. Finishing 6 1. Conform to Section 03 30 00. 7 3.5 REPAIR [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING 12 A. Refer to Section 33 05 14. 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 334940-1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page I of 5 _ I SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain headwalls, wingwalls, and safety end treatments 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 02 41 13 — Selective Site Demolition 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 31 37 00 — Riprap 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts 18 D. Standard Details 19 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 20 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 21 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Concrete Headwall 25 a. Measurement 26 1) Measurement for this Item shall be per each "Headwall" satisfactorily 27 completed as specified on the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Headwall" installed for: 31 a) Various pipe sizes 32 b) Various types 33 c) Various number of pipes 34 c. The price bid shall include: 35 1) Constructing, furnishing, transporting and installing the Concrete Headwall 36 2) Connecting to the existing structure ., 37 3) Breaking back, removing and disposing of portions of the existing structure 38 4) Replacing portions of the existing structure to make connections 39 5) Excavation 40 6) Hauling CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 334940-2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 1 7) Disposal of excess material 2 8) Furnishing, placing and compaction of backfill 3 9) Concrete, as required by Drawings 4 10) Reinforcing Steel, if required by Drawings 5 11) Corrugated metal pipe, if required by Drawings 6 12) Reinforced concrete pipe, if required by Drawings 7 13) Clean-up 8 2. Safety End Treatment 9 a. Measurement 10 1) Measurement for this Item shall be per each "SET" satisfactorily completed 11 as specified on the Drawings. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 will be paid for at the unit price bid per each "SET" installed for: 15 a) Various types 16 b) Various pipe sizes 17 c) Various number of pipes 18 c. The price bid shall include: 19 1) Constructing, furnishing, transporting and installing the Concrete Headwall 20 2) Connecting to the existing structure 21 3) Breaking back, removing and disposing of portions of the existing structure 22 4) Replacing portions of the existing structure to make connections 23 5) Excavation 24 6) Hauling 25 7) Disposal of excess materials 26 8) Furnishing, placing and compaction of backfill 27 9) Concrete, as required by Drawings 28 10) Reinforcing Steel, if required by Drawings 29 11) Corrugated metal pipe, if required by Drawings 30 12) Reinforced concrete pipe, if required by Drawings 31 13) Clean-up 32 1.3 REFERENCES 33 A. Definitions 34 1. Headwalls -all walls, including wings, at the ends of single -barrel and multiple- 35 barrel pipe culvert structures 36 2. Wingwalls - all walls at the ends of single -barrel or multiple -barrel box culvert 37 structures 38 B. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS 44 1. Refer to Section 03 30 00. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 a 334940-3 STORM DRAM HEADWALLS, WING WALLS AND SAFETY END TREATMENTS Page 3 of 5 1 1.6 ACTION SUBMITTALSANFORMATION SUBMITTALS [NOT USED] " 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Delivery and Acceptance Requirements 7 1. Marking 8 a. Before shipment from the casting or fabrication yard, clearly mark the 9 following on each precast unit: 10 1) Date of manufacture 11 2) Name or trademark of the manufacturer i 12 3) Type and size designation 13 2. Causes for Rejection 14 a. Precast units may be rejected for not meeting any one of the Specification 15 requirements. 16 b. Individual units may also be rejected for fractures or cracks passing through the 17 wall or surface defects indicating honeycombed or open texture surfaces. 18 c. Remove rejected units from the project, and replace them with acceptable units 19 meeting the requirements of this Section. 20 B. Storage and Handling Requirements 21 1. Secure and maintain a location to store the material in accordance with Section 01 22 6600. r, 23 2. Store precast units on a level surface. 24 3. Do not place any loads on precast concrete units until design strength is reached. 25 4. Do not ship units until design strength requirements have been met. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 30 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 31 A. Materials 32 1. Concrete 33 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 34 2. Reinforcing Steel 35 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. i 36 B. Fabrication 37 1. Fabricate cast -in -place concrete units and precast units in accordance with 38 Section 03 30 00. CITY OF FORT WORTH LONGSTRA W CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 334940-4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 2 cast in place for greater than 30-inch diameters. 3 2. Fabrication Tolerances 4 a. Lifting Holes 5 1) For precast units, provide no more than 4 lifting holes in each section. 6 2) Lifting holes may be cast, cut into fresh concrete after form removal or 7 drilled. 8 3) Provide lifting holes large enough for adequate lifting devices based on the 9 size and weight of the section. 10 a) The maximum hole diameter is 3 inches at the inside surface of the wall 11 and 4 inches at the outside surface. 12 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 13 layer of reinforcing steel when locating lift holes. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION 20 A. Removal 21 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 22 2. Drill, dowel and grout in accordance with Section 03 30 00. 23 3.4 INSTALLATION 24 A. Interface with Other Work 25 1. Make connections to new or existing structures in accordance with the details 26 shown on the Drawings. 27 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 28 Drawings. 29 B. Excavation, Shaping, Bedding and Backfill 30 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 31 b. Take special precautions in placing and compacting the backfill to avoid any 32 movement or damage to the units. 33 c. Bed precast units on foundations of firm and stable material accurately shaped 34 to conform to the bases of the units. 35 C. Placement of Precast Units 36 a. Provide adequate means to lift and place the precast units. 37 1) Utilize sufficient number of lifting holes to ensure that the units are not 38 damaged during lifting. 39 b. Fill lifting holes with mortar or concrete and cure. 40 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 1 3.5 REPAIR 2 A. Occasional imperfections in manufacture or accidental damage sustained during 3 handling may be repaired. 4 1. The repaired units will be acceptable if they conform to the requirements of this 5 Section and the repairs are sound, properly finished and cured in conformance with 6 pertinent Specifications. 7 B. Repair spalled areas around lifting holes. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 Section 39 0010 METAL RAIL REPAIR 1. Description. Repair metal traffic or pedestrian rail. 2. Materials. Furnish materials in accordance with details shown plans. 3. Work Methods. Remove damaged steel or aluminum rail and repair to match the original shown on the plans. Repair damaged components, anchors, etc., as necessary final installation functions as originally constructed. Drill anchor holes and install new bolts or anchor bolts to existing bolts as directed. Paint rail and repaired areas to match existing color. Deliver salvageable materials to a designated stockpile site and dispose of damaged components in accordance with federal, state, and local regulations. 4. Measurement. Rail repair will be measured by the foot of length or rail removed. 5. Payment. The work performed and the materials furnished in accordance with this Item measured as provided under "Measurement" will be paid for at the unit price bid for "Metal Rail Repair". This price is full compensation removing and repairing rail; salvage and disposal; and materials, tools, equipment and labor. APPENDIX GC-4.01 Availability of Lands, work is to be performed within existing 40' drainage ROW and within -� city street ROW. GC-4.02 Subsurface and Physical Conditions, N/A. GC-4.04 Underground Facilities refer to subsurface utility engineering sheets in plans. Refer to subsurface utility engineering sheets in plans. GC-4.06 Hazardous Environmental Condition at Site, N/A. GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities, N/A. GC-6.24 Nondiscrimination, NONE. GR-01 60 00 Product Requirements, N/A. 1. North Central Texas Council of Governments (NCTCOG) Clean Construction Specification. 4" i W i 1o! JA% CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July I, 2011 aw GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK m m me MR an CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 m GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 4" ME m" a& g. ,ft Im GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 OD Ift a* M M Am GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 pw an GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK .w Mft W dft CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 i 11-23-1 1 Pq4: ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME CUMPANY NAME: HUMPHREY & MORTON CONSTRUCTION COMPANY, INC. PROJEC I NAME: Longstraw Channel Improvements City's M/WBE Project Goal: Prime's MfwbE Project Utilization: 22% 23.1 % Check applicable block to describe prime i MAN/DBE I X 1 NON-M/W/DBE I BID DATE 11-17-2011 PROJECT NUMBER City Project No. 00625 DOE # 5554 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 rt tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (MANBE). 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 MNVBE 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/VVBE as outlined in the lease agreement. Rev. 5/30/03 ' M IHl.r7MCI4I It% '-R_ WORTH T 1 1- 2 3 -1 1 P 0 4: 4 I I\I Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. LOL\ Please list M/WBE firms first, use additional sheets if necessary. Certification (check one) v. v n " ` auBCONTRACTORISUPPUER T N T =' Detail Detail Company Name ► X M W0.Subcontracting `c�if Work ' Supplies Purchased Dollar Amount Address e T D 'VII Telephone/Fax r B B R 0 '=B E E C T -- -Fw 3AYDEN CAPITAL REMOVALS AND CORPORATION 1 X —P.O-BOX 8369 EXCAVATION 201,294.79 TT -WORTH, TX.76124 (817)478-3765 ,jTLB CONTRACTING 1 X HMAC AND .O.BOX 24131 STABILIZATION 11,565.54 rT.WORTH, TX.76124 m-,817)261-2991 SOUTHERN STAR 1 X CONCRETE CONCRETE SUPPLIER 127,992.55 8500 FREEPORT PKWY SUITE 200 CRVING,TX. 75063 (972)621-0345 HANSON PIPE 1 X PIPE SUPPLIES 28,669.64 300 E.JOHN CARPENTER P.M FREEWAY IRVING,TX. 75062 972)653-5500 r,BARNSCO X STEEL 1 P.O-BOX 541087 SUPPLIER 33,723.76 DALLAS, TX. 75354 (214)352-9091 CAIN FENCING FENCING 1 X a 973 METRO MEDIA PI, SUPPLIES 92,504.15 —"" DALLAS,TX. 75241 L (972)870-0200 Rrav 4nnmm ATTACHMENT 1 A �1 iORT� Page 3 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification iN (check one) =b' SUBCONTRACTOR/SUPPLIER T n` N T Detail Detail Company Name e M W C XJfll Subcontracting Work Supplies Purchased Dollar Amount Address T D yy Telephone/Fax r B B R O !�S E E C T E- A r--+ r r--I r-, n lI Rev. 5130103 iORTWORTH ATTACHMENT IA Page 4 of 4 otal Dollar Amount of M/WBE Subcontractors/Suppliers ITotal Dollar Amount of Non-M/WBE Subcontractors/Suppliers LTOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 201,294.79 294,455.64 495,750.43 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 po&ubocontractors/suppliers/contractors participating on the contract that will substantiate the actual work rformed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any 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. DAVID S.HUMPHREY Authorized Signature` Printed Signature PRESIDENT Title HUMPHREY & MORTON CONSTRUCITON COMPANY,INC Company Name P.O-BOX 8057 Address FORT WORTH,TX. 76124 City/State/Zip SAME Contact Name/Title (if different) (817)478-8088 (817)561-2368 Telephone and/or Fax david@humphreyandmorton.com E-mail Address 11-23-2011 Date Rev. 5130/03 FORT WORTH ATTACHMENT 1 B Page 1 of 1 PRIME COMPANY NAME: PROJECT NAME: Longstraw Channel Improvements City's M/WBE Project Goal: 22% City of Fort Worth Prime Contractor Waiver Form PROJECT NUMBER City Project No. 00626 — DOE # 5554 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 1 C. 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 openina, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, 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. 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 Rev. 5/30/03 FORT WORTH PRIME COMPANY NAME: PROJECT NAME: Longstraw Channel Improvements City's MIWBE Project Goal 22% City of Fort Worth Good Faith Effort Form PROJECT NUMBER City Project No. 00625 — DOE # 5554 ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime M/W/DBE I I NON-M/W/DBE BID DATE If you have failed to secure M/WBE 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 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 bhe Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of id opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. f DO NOT LIST NAMES OF FIRMSR 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 M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach 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? 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 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? Yes No Or 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 ADDITIONAL INFORMATION: Rev. 05/30/03 ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE 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 dM Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Name of City project: Lonastraw Channel Improvements A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: +•� Please attach extra 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: City, State, Zip: w.� Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: 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 NMBE 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 MNVBE Ordinance. Rev. 5/30/03 Joint Venture Page 3 of 3 *� 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 Signature of Owner Printed Name of Owner Signature of Owner Title Date Printed Name of Owner Signature of Owner Printed Name of Owner Signature of Owner Title Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (sea[) Rev. 5/30/03 m GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LONGSTRAW CHANNEL IMPROVEMENTS City Project No. 00625 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator ( Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler ( Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator ( Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator ( Laborer, Common Laborer, Utility Mechanic ( Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade ( Motor Grader Operator, Rough Oiler ( Painter, Structures ( Pavement Marking Machine Operator ( Pipelayer ( Reinforcing Steel Setter, Paving ( Reinforcing Steel Setter, Structure ( Roller Operator, Pneumatic, Self -Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement ( Scraper Operator Servicer ( Slip Form Machine Operator Spreader Box Operator i Tractor Operator, Crawler Type ( Tractor Operator, Pneumatic ( Traveling Mixer Operator Truck Driver, Lowboy -Float ( Truck Driver, Single Axle, Heavy ( Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi -Trailer Truck Driver, Transit -Mix ( Wagon Drill, Boring Machine, Post Hole Driller Operator ( WeIder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13.27 $12.00 $13.63 $12,50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14,50 $14.98 $13.17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $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 Shove( $17.76 Drywall 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 $18.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper $11.25 Laborer Common $10.27 Laborer Skilled $13.18 Lather $16.10 Painter $14.83 Painter Helper $8.00 Pipefitter $18.85 Pipefitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12.25 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK ," M o, oft CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 w i M w M oft M. GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 Revised July 1, 2011 1. North Central Texas Council of Governments (NCTCOG) Clean Construction Specification THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH LONGSTRAW CHANNEL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00625 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 rile 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 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/retrofitiverif-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•/a 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 *Note; For purposes of the Clean Construction Specification and this Questionnaire, `construction equipment" is defined as machinery powered by an intemal combustion engine of 25 horsepower or more. % If the answer to Question 9 is "Yes", please rank your overall experience with the emissions - related requirements/specificationsof 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 25<hp<50 2004 50<hp<100 2004 100<hp<175 2003 175<hp<300 �2003 300<hp<600 2001 1600<hp<750 2002 hp>750 12006 *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. /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.00v/otaci/retrofit/verif-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, 2262010 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.]. NCTCOG, 226/2010