Loading...
HomeMy WebLinkAboutContract 59168CSC No. 59168 ��� �����1 PROJECT I�ANUAL FOR THE CONSTRUCTIQN OF Westcreek Channel Maintenance City Project No. 103060 Mattie Parker David Cooke Mayor City Manag�r Lauren Prieur Director Transportation and Public Works Department Jenni%r Dyke Transportati�n and Publzc Works - Starmwater Prepa�ed for Th� City o�' Fart Worth Transportation and Public Works Department October 2022 ���P�E oF Fk�slk i;�, � �' °. ,���� : �� �: .....................:.*.. � �GEORGE I. F'ARAH , I �« ..:.....................r. � r�-��: 9744� �,�i l� 'n <�C�NSE�?•���� o �. � l�lsS•....... ��,... \r� ���� � Plummer Associates, Ine. Praj ect No. 0318-067-0 I �R''�' �, �� �������1 � �; `��� �/�� _� ' � . � � � ..�.a.,_a__...; ..�.� ��I�1�1N.IiA 1w1 ;GIkA, Av'!nA ; ��'� 11.3;)�b �,;i�: �. �. ��'�+�:`'{+;.n`: �`'h `-�4i�`�'�! _ � ����� �.���r �a • r-;•�• — -� 'fUbi4.22 Georr� e I Farah This seal applies to Sec#ions: �ery 9�28�`�22 03 09 30 03 30 00 �� ��� J J� 03 80 00 32 32 16 � -v PAGE IS LEFT BLANK INTENTIONALLY ��� ����� �1� ����������% � Standard Construction Specxf�cation Documents Adopted Septemher 20J 1 PAG� 1S L��i ��ANK IN�'�N�iONAI�,Y 00 00 00 STANDAItD CONST1tUCTIOIV 3PECIFICATION DOCUMENTS Page 1 of$ $�C710N 00 00 00 TABLE O� COI�TENTS oivisian 00 - General Conditions Ofl 05 10 Mayor and Council Communieatian 00 05 15 Adde�da a01113 Invitatian to Bidders 4fl 2113 Instructions to Bidders 00 �5 13 Cor�flici of Interest 5tatement d0 4�1 fl4 Bid Form 00 �42 43 Proposal Form Unit Price 00 43 13 Bid Bot1d p0 43 37 Vendor Compliance to 5tate Law Nonresident Bidder OQ 45 11 89dders Prequalifications �D �45 12 Prequalificati4n 5tatement 00 45 13 Prequalification Application 00 45 26 Cor�tractor Compliance with Workers' Compensation Law 00 45 �Q Business �quity Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 5114 Payment Bond Op 511,9 Maintenance Bond 00 5125 Certificate of Insurance 00 72 00 General Conditions QQ 73 00 Supplementary Conditions Divisian 07. - General Requirements � 01 1100 Summary of Work � 01 20 00 Price and Paymen# Procedure (NOT INCLUDED) I 01 Z5 00 5ubstit�tion Pracedures � D�. 31 19 Preconstruction Meeting � 01 31 20 Praject MEetings I 01 32 16 Canstruc#ipn Schedule � Q1 32 �6.1 Construction 5chedule -- Baseline Example � 01 32 Z6,2 Construction 5chedule — Progress Example � 01 32 16.3 Construction Schedule—Progress Narrati�e � 0�. 32 33 Preconstructian Video I01 33 00 5ubmittals 01 35 13 Specia] Project Procedures � 0145 23 Testing and Inspection Services I01 50 40 Temporary Faeilities and Controls 0155 26 Stre�t Use Permit and Modifications to Traffic Contral � Q1 57 13 Storm Water Pollutian Preuentian Plan � 0158 7.3 Temporary ProjectSignage I 01 60 40 Praduct Requ'lrements � 01 66 00 Product Storage and Handling Requir�ments � 0�. 70 00 Mobilization and Remobilization Last Reuised 07/01/2011 07/01/201 i 07/19/2021 11/02/2d21 02/2�/2020 0913d12021 01/20/2012 o�i�oi2oi� 06/27/2011 08/13/2011 09/30/2021 08/13/2021 o��al�zol i 10/27/2021 a9io ii2oal a�iazizol � 07/01/2011 07/(}112411 07/01/2011 08/23/2021 03109I2o2� Last #tevised 12/20/2�12 071� 112011 b8/17/2012 d710I/2� 11 08/131202I 07/0I/2011 12i2fl12012 03/1 I12022 03/49/2020 a�ro�izoz i b3I22I2021 07/0I12d11 Q7/Q 112011 03/09/2Q20 07/01/2011 11/22/2016 CITY OF FORT WORTH WES'iCREEK CT-L�NNEL 1MPRQVEMENT 3TA�IDARD CONSTRUCTION SPECIFICATIOTI AQCUMENTS C1TY PRp1ECT Nd. 103460 Revisaef 7une {0, 2022 F:hl'ROlEC7'SV03181067-0159 DESIdM9d PRO7ECT MANUAL �PEL7FICAI701VS500 00 00 TABLE OF CONTENTS NLW ][1N�14$622.DOC3C 00 0o ao STANDARI] CONSTRUCTIdN SP�CIx'ICATION DdC[7MSNT3 Pa�e 2 of 8 � 0171 23 Construction Staking and 5urvey d2/14/24I8 � 0�. 74 23 Cleaning U7/01/2011 � 0177 19 Closeout Requirements 03/22/2021 �n� �� �� 9��r�+i�r. ar. � 1 212 0120 1 2 0178 39 �roject Record Documents 07/Ol/2011 Technieal Speci�icateons which have been modifed by the Engineer specif'icaliy for this Project; hard copies are included in the Pro,�ect's Cnntract Documents (List the Spec�catians which have beer� modified for this spec�c project and strike through the 5'peci�cations that were not ra�odified. If none ca��e mod��d, then write the ward `IVOIVE" to sagnify as such for this complefe sectiv�z.J Di�ision 02 - Existing Conditions 02 �� �.3 Selective Site pemolitian n�� i r+il;+.. [z.,V......,-,I /nL.-.h.�...,�....,�,+ n�a ��� �k'1�4g �iCl"18V� Division 03 - Concrete 03 D1. 3d Re�air and Rehabilitation of Cast-In-Place Contrete 03 30 Ob Cast-ln-Place Concrete 03 3413 Controfled Law Strength Material (CLSM) 03 34 16 Concr�te Bas� Material for"french Repair �3 80 �0 Modifications ta Existing Concretie Structures n�.,t..:..� hc rl.,..r�:�-,t ��� ✓1"T1Y:7C11 �a1.,�1, o��� �I+� € c �r�Cl' � CCtPI� �c�n� Ram�,li*i.,n �„� Clorfiri��l C��ckomc .��zv-v�� o��......,..� -,.,.� Q.....,� 4.,. tl...-+.P�-.1 c,..-+.,.,,..- ���� t i,,..�h.�.r„��.,.� n��,.+t -..,� o.,,..,..�a� f�r Cl�+�al ���t��nn Divisian 31- Earthwark � 31 1fl QO Site Clearing � 3123 16 Unclassified Excavation I � ��.r�� �AFf6iAi �,�� Gm-'aar�km�tt� 3125 QO Erosion and Sediment Control I "�� Cabie�s � ' �'�Q �l� Div9sion 32 - �xterinr Improvements 3 2-A3-�� ��=,�.^�-n�phnl� f\.-ti,�nR�,s �?LPQ;.: ��� n�Q r,..,.,�� /\.Fh�lt d-,•� �� n� �o r.,.,.-r�+� o-,�� � orir-,tr �� ���� [I..,.�hl., o-,�., r...�r�...- �']�� I: r. Trr.-.+r..d R-,�n f'.�.� irrl.r "�� ��mznt Tr_ "�T �i�i� Tr��c✓� Coi� c*^�� Last Revised Last Revzsed � � � � Last Revised � Last Revised l.ast Re�ised � � I I I � C1TY OF FORT WORTH WESTCREE[C CHAI*[NEL IMYILOVEMEi�IT STANDARD CONSTRUCTION SPECIF�CATION DdCLIMENTS C1TY PRQ]ECT NO. 103DB0 Revised J�ne 10, 2022 F:IPROJEC7"SlD3185067-0 119 DESIGNI9-9 PRDlECT MANUAL SPEC[FICATfONS100 d0 DD 7'A�LE OF COM7L?�IiS N6W lUNHId-2022.1]OCX 00 00 Op STANDARD CONSTRUCTTO�I SPECIFICATION DOCUMENTS Pagc 3 of& I ���o I � y��'� I � ��� � 32 13 20 � "�� I � ��v � �'�� I�� ���� I � ��� � ��� � ��z- rr�v 7 "7,� 7�� 17 17 '11 323216 � � `'�� I 32 92 13 I 329214 � �'�� �"�"��:al� fV�'•rl�b n�nh�l+ n�..��rr r.-..,I. c�-,I-.�+.- r'., .,+., n., Concrete Sidewalks, Dri�eways and Barrier Free Ramps r,,.,..�.,+n o-,..�h., t�elf Ct10Ert,:m1!, �Ic'Jnit f'���rg r.,.,�.-..+., c- r-. � � �r�iia„ r_��+r„r� �„�.�,r r �.���r� �n o-..,�.,�..,.,r nn-.�Lin..� C-�Ac�dr�sl f�a�fi�r� ri'1CIn I'�, tiar��„ r„ti,-„� -,„,1 r_..+.,� E�-in f'laco v��O I�UfTllll`Ie 1'�s Precast Concrete Retaining Wal{s �s�i�-P�4ac���nt sn. � rin�hin� ^f�„��ro;,;�Ys Hydro-Mulching, Seeding, and Soddir�g Non-native Seeding Tr.,..� -,,,�1 cw����,� biVisian �3 - Utilities � "�o � 33 01 31 Closed Circuit Television (CCTV) Inspection (8y Reference) I�a�n� n.�r��� o��"., •• Cf 1/17tI11��C1\'n- �)``�.�1� I��v�nv �-1r,�8i����lg C7•1 [IC:.rr��o1 Ir.,1�rF.... � "�� !'�:�.ia� �ent�l�"�siti,S*ia#�s ���n„n��� ne�nna����,�.., n�,.,a., r��l,.,.dt.. n�Q.`�I^n Cy'�eFX} �a�nv T.,�.,,,r.,.-,.., ihf-.+..N c.,,-,.�,..... --�--�—, ���rto rl.,-,.,P.,., -,�.�I n.-....Y,+-.r....'r'.,�+�.,...,f1a1-,+.,r nn-,t.,.. '�7s n�n¢ Lla�r .,f Co r nn.,9w� 33 p5 10 Utility�rench �xcavation, Embedment, and Backfill � �7�n�= 1d1��1_l.:0 l., I����r� r..,.,.,., r.,,,.,. -,.,.J r^_>.,.J„ o�n.... �.,..+ i..,,� ! I�� �.�/.��. r��.,,n� r..��.,r -..,�I r`Y-.aQ �II'Vti7 i/�l:C°1�3''.,#�2 n.�li�,�+tY.�_nn�nh.,lo� inla*� �1-.1.�., Q,,...,� -,ha n+l,OF�S'�t'L:ffJul'?55 �: , , , �o Grade I2��0 �„�..,.,,+„ rni.,*,,, r,.,� �i+.. I��� n�T r,�.,wr�,+.. �„II-,.� I���no n i irt�*�asci voT**Ts I7�T ri�zC 71 T��r,nol I in _ r Oln+n I� a��-o�� r+..., I r., �� ., n� r.. I2��� u�.,.d T�,., ,.li.,.. � "�m Intzllati arTw�nn�l Sin�M °�'-�*^� � �'� ��� k�+li�"-�--"�r�car�/�a:�utor� � 33 05 30 L.ocation of Existing Utilit9es (By Reference] � �'� ��� �alt., �V�:lan�l �a�e�s I���o n�„-+�i., i.,.., ❑�.,,. Last Re�ised CiTY OF PORT WOl2T'H WESTCREEK CHANNEL QVIPROVEI4IENT STANL]h[tll CONSTRUCTION SPHCIPICATTON DOCUMENTS C1TY PAp.TECT NO. I030fi0 Revised Sune 10, 2022 e:SPRdIECC5103 S810fi7-0119 DESI�Nk44 PROIECT Mr1Ni3Al. SPEGFlCAT10N5500 00 OO TASL� OY CDNtE7VT5 NP.W I[INEt4-2p22.IIOCX OD 00 00 STANDARD CONSTRUGTION SPECIFICATIqN DQCUMENTS Pa�e a of 8 I � ��_ I � ��_ I ���ii ra 7 ��T � ��a-�c=� � ��s � � �T`a-zs—cv I �� I � ��s I � ��✓v � ?'�^,4� I �B I � I� �v ��r � "�-'�� � "n'�� � "�� �'Y�7i irTi� I �� � ��� 2 ��.�v ���� 9 ]�� � � ��`rscv � 22_�a2n I � a��v I ? ��v I� ��—rr�v I� ��- �-�'�i ii I �� I � ��T I��� ^�Q I�A� I���-"�t I ���o I�'� "�o � 33 A�9 �l0 �G[�I�� �f�il FI'ltl�l-a� I � �%}C�Nf� �I� I �.+�w�r`L.+ f1� �_�ra.O:r�o_ R�r_lAlr o.�J C4c..tY !'�ilir�rinr T�r I �. v. � �.�� r i R.�.:.,.-ls+oal Dt..d �.,rl CF*+[....r �..a� �..�. �4�CVl� ��P/1�•,� 1 ;.,,.L, +., "1 i,�,..L, I ? o lhloi-e,r 11An+nr� Q.,rili.,,-.+ [.,-,+.,.A r-,+.. \l�i.,.. � hVAlih1A Q��F.h.,. C.,�+...J Cl��++.,.f1,.1l�I.,.,� I f'r.r,no�ti..n 4r, C�i�a�fY,n 1111wr.,r AA-.iv,� I �f�1"arl!'fEtPL:� ^... tr.,i..,, n.... ,...,Mi:,,� rr.. �Z�Q�G�n lA!-.�Fnr n,�+.. I L�.,,�� 4 � .� c cr�+•..�� lh�l.��}._1' �dVTT�%i �vrr� C+onrinrrJ nl..���_nfF �l..I.... 7�i'�-1`.r-{�I�� I � a.0'no l/'IDO1 I £-��nl i n f-V �.-, ;F,z�,-,-� s;�,,,f„�-,�.- o,,;rf,,.,.,,,a n,�.. �,.� �,.....ity T�nitzr/ Tc:� I u«,�. n��.r;�„ o.,�,,.,��,�.�.,.,,, r�no�� Fl� f�r ��nitar��.S�•,n�e� I .. I ❑..I�,�,iti.�l rL.l.,��.i., !h1lf 1 fl.,�.,.1 Cl.., „ r. �;t���co,,,or_ fil.. �n'�it��z ,,�,�� rTP� �anitwry C�r.+�.r �lip ��rir� � ��ni�ary S� � G�nitory �`,..,,. c„r..:,.,, �-.,n..,...ti-i�,� �rn� ����i��-ki�e � �nm�i7a+i�-A+�4.'aG� � Sani��mr Fa: r� A�a+� � �+ r-�,-o r„h�rofo nn�rh.,i�.- I N�.. \"1 �. n..,...,�+r�.,,..-.,+., n�.,.,l,,,i.,., 1 CiL,�,.�,l-.rr nA-�v,h.,l.,� I ydl�ta..,�ta�_n�,-ar� rl'L77'1,h91' �1h-o-v �v� I C.�...v.i��r C.".n�}.a1 ���uaor Str►o��r''��.7 I n.,t�F�r�...� r.,.,�..,+., c+,G1�71 $G^!%1 �'1�.'��1�5 I ]�inh_na,-.�_�t., o.,l.�oth�,lo o lunorl o�.,n F.,r �+.1 � n�a�n I I �al������lnr� f'ipe {or ����n �:�i� c� ���s� 1'ror��h ^;v�ir�. r-.�+_��_o�-. ., nnn„�.�I� :.1`�d J'��,.r;..a�,.� I � 5torm Drainage Weadwalls and Wingwalls � 1]ivision 34 - Transportation �n nh hn T�-,#;,-c�rt�-.l.- �v �-�rrc�rtur.� �n n�^�.^� +4t��sh��t A — r„nrr..�i�r r.,�,;.,,,+ �n n�,�,--�-?�� ,'1t+/'�h�'1�nt � — r.,�+...n.,.- c�,,.,:�,....+;,.n �et n�� c.,�'+,.,-,t„ c.,�,.tf�..-,+�.,., ��$�G 2�k� — �h�r S�mr.nr�niT_r�ffin Cirrn�lc �A�� 12.�„ti,.,,�i.,.. Tr-,fFi., Ci.:,.,-,ln �n�� �....+.,.,,.����,,.o�.,r.��I�I111ig9..�aE9i� Last Rerrised C1TY QF FQRT WORTH WESTCREEK CHANNEL IMPRO�METlT 5Tl�+IDARD CONSTItUCTTON 3PECIFICATION ➢OCLJMENTS CITX PR07ECT NO. 10306Q Revised June [0, 2022 F:1['RO.IEC7510518V067-0119 DES[GN19-4 PRO]ECT tvIANUAL SI'ECIFICAT[OtJSK10 00 00 T.4BLE OF CO1+fI'EIV75 NEW IUNEf 4-2U32.POCX oa oo aa STANDARD CONSTRUCTIDIV SPEC1t�1�:ATION DOCUME�TTS Fa�;a S of 8 I � ^�v I��ar��v I 7� n�r I�n n���,n,m I� n n�n��a I� �'�rr �v � 34 71 13 n,..J.,.-+.:-,r u.,�.�:.J r..��..1 �•III►�min�i�n A��es ��rial ! µ� noc-'�• �' � �.ad<<<�„ i �n o.,-,a..�-.., i� �.,� �..�i.J..r+�-,I i �n o...,.�..�.,.. k � ,��ll':'llfl►,\'TI �10115 TrafFic Contral iechnieal Specifications [isted heiow are includeti for tHis Project by reference and can be �iewed/downloaded fronn the City's website at: httn:/ /fortworthtexas,�oultow/contractors/ or https:/lapas.fortworthtexas.�ov/Proiectkiesaurces! fOnly list �he Standard Specifications the Engineer has determined are appropriate for this specific prajert and strike through the Specifications nat applicable to the project. j Riv�sian OZ - Exist9ng Conditions � 02 41 13 Selecti�e Site Demalition � 02 A�1 14 Utility fiemovalJAbandonrnent � 02 �i1 15 Pa�ing Removal pi�ision 03 - Cancrete fl3 34 00 Cast-In-Place Concrete 03 3413 Controlled Low Strength Material (CLSM) 03 341� Concrete gase Material for Trer�ch Repair 03 80 00 Modificatians to Existing Concrete Structures DiYisian 26 - Electrical I 26 �5 00 Comman Work Results for Electrical � 26 OS 10 Remolition for Efectrical Systems � 26 05 33 Raceways and 6oxes for �IeCtrical Systerns � 26 05 43 Underground Ducts and Raceways for Electrical 5ystems � 26 05 5Q Corr�municatians Multi-�uct Conduit Division 31- Earthwork 3100 00 Site Clearing 3S 23 16 Unclassified Excavation 31 Z3 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and 5edjment Control 3136 p0 Gabions 3137 00 Riprap Di�isian 32 - Extertor Impro�ements � 32 01 17 Permanent Asphait Pa�ing Re�air � 32 01 18 7emporary Asphalt Pa�ing Re�air Last Re�ised 03/11./2022 12/2D/�O�.Z 02J02/�Oz6 03/11/2022 I 12/2Q/2012 I 12/20/2012 � 1z/zo/za12 � 03/11�2Qz2 I 12/20/?Q12 I �.2/20/2412 I a�/a�./zoa�� � 02/26/2016 I a�/zz/zoz� � D1/2S/2Q13 � 01/2$/2013 I Q1/28/2013 � 04/29/2Q21 I 12/2�/2012 I 12/20/ZQ12 � 12/20/�012 � �z/za/zo�.z � CTI'Y OF FORT WOlt'1'H WESTCREEK CHAiYNEL IMPROVEMENT STAATBARD CDNSTRUCTION SPECIF1CATiON I?OCUMENTS CITY PRO.fECT NO. [03060 Revised June 10, 2022 F:II'RO.iEGTS10318t067-0119 DES]CN194 PAO]EC1' MANIIAL SPECIFJCATIO1�S100 00 00 TABLE OF CaNTENTS NEW 111iJH14-2�22.�OC% 00 00 DO STANDARD CONSTRUGTiON SPHCIFICATION DOCLIMENTS Fa�e 6 of 8 � 32 0129 � 321123 � 321129 � �� �z �� � 32 1137 � 32 1216 I 321273 � 32 13 1� � 3�1320 I 32 13 73 � 321416 � 32 7.6 13 32 17 23 32 17 25 32 31 13 3� 31 26 32 31 29 32 32 13 � 3z 91.19 I 32 92 13 I 32 9214 � 32 93 4� Concre#e Paving Repair Flexifole Base Courses l.ime Treated Base Courses Cement Treated Base Courses Liquid Trea�ed Soil Stabilizer Asphalt Paving Asphalt Pav9ng Crack Seaiants Concrete Pa�ing Concrete 5idewalks, �riveways and Barrier Free Ramps Concrete Pa�ing Joint Sealants Brick unit Paving Concrete Curb and �Gutters and Valley Gutters Ravement Marl�ings Gurb Address Painting Chain Fences and Gates Wire Fences and Gates Wood Fences and Gates Cast-in-Place Cancrete Retaining Walls Topsoil Placerr3ent and Finishing of Roadway Right-of-ways Sadding l�on-Nati�e Seeding Trees and Shrubs 12�20/2Q12 I izlzol7a�� J �zlzo/za�z J 06/�.o/zaaz � 08/21/2fl15 12/20/2fl12 12/2fl/201.2 06/10/2022 12/09/2022 �z/za/za�z 12/2Q/20i2 1zf09/2022 � 06/10/2�2� I 11/04/2013 � 12/20/2Q12 � sz/�olzai� J �zlza/za�z J 06/05/2018 � o3/silzozz � as/��/zaza. � os/13/zozl J �2/20/2Q12 � Dirrisian 33 - Utilities � 33 0130 Sewer and Manhol� iesting � 33 4131 Closed Circuit Televisian (CCTV} Inspectian — Sanitary Sewer � 33 OJ. 32 Clased Circuit 1"ele�ision (CC7V) Inspection — 5tarm Drain �3 43 10 Bypass Pumping of Existing Sewer Systems 33 0410 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 0412 Magnesium Anode Cathodic protection System I 33 04 30 Temparary Water 5er�ices � 33 04 4D Cleaning and Acceptance Testing af Water Mains � 33 04 50 Cleaning of Pipes � 33 fl5 1Q Utifity Trench Excavation, Embedment, and Backfill � 33 05 12 Water Line Lowering � 33 05 13 Frame, Cover and Grade Rings 33 �S 14 Adjusting Manhales, Inlets, Val�� Boxes, and OtherStructures to 6ratEe � 33 fl5 �.6 Concrete Water Vaults � 33 fl5 17 Concrete CQllars � 33 05 20 Auger Boring I 33 fl5 z7. Tunnel Liner Plate � 3� O5 22 Steel Casing Pipe � 33 05 �3 Hand 1"unneling � 33 fl5 24 ]nstallation of Carrier Pipe in Casing orTunn�l Liner Plate I 33 05 26 Utility Markers/Locata�'s a9/f77/�QJ.B � 03/11/2022 � Q3/11/2022 I zz/za/zolz J 12/20/2012 � 1Z/20/2012 I 12/20/Z012 I D7/�1/2Q11 � 02/06/2013 I 03/11/2022 � 04/02/202�. � 12/20/2012 I 09/09/2022 � 03/l.J./2Q22 �.2/20/2Q12 03/11/2022 12/20/2012 �z/zo/za�z 12/20/2012 12/20/2Q12 12/09/2R22 12/20/2Q12 CITY OF FORT WORTH WESTCREEfC CHANNEL IMPRbVEMENT STAIVDARD CONSTRUCi'IOI*1 SPECIFICATION DOCUMENTS C1TY PR07ECT NQ. 1030b0 Revised June 10, 2022 P:tl'rif77LCI'510318�0G7-0]19 �651GN19�4 PROIECT MANVAL SFECIFICA7'EON5100 00�00 FABLE OF CON'CEN'['S_NHVJ 1UN6I42D22.bQCX 00 oQ o0 STAN�ARD CONSTRUCTION SPECIFICATION I}QCI.TMENTS Page 7 of 8 � 33 05 30 I 33 110� � 33 11 1Q � 3311 11 � 33 11 �.2 � 33 1113 � 3311 14 33 12 10 33 1211 33 12 20 33 �.2 21 33 1� 25 I 33 12 30 � �3 12 40 � 33 1.2 50 I 33 12 60 I 33 3112 33 31 7.3 33 31 15 � 33 3120 33 3121 � 33 3122 � 33 3123 � 33 315� 4 33 3170 33 39 1D 33 39 �.0 33 39 �0 33 39 40 33 35 60 � 33 4110 � 33 4115 � 33 4112 � 33 �113 I 33 46 p0 � 33 46 01 � 33 46 02 � 33 4910 � 33 49 20 � 33 49 40 E.ccation of Existing Utilities Bolts, Nuts, and Gaskets Ductile Iron Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC} Pressure Pipe Concrete PreSsure Pipe, Bar-Wrapped, Stae] CylinderType Buried 5teel Pipe and Fittings Water 5er�ices 1-inch to 2-inch Large Water Meters Resilient Seated Gate Val�e AWWA Rubher-5eated Butterfly Valves Conne[tion to EXistin� Water Mains Cambi�ation Air Valve Assemblies for Potal�le Water Systems Fire Hydrants Water Sample Stations Standard Blow-aff Valve Assem6ly Cured in Place Pipe (CIPP) Fiberglass Reinforced Pipe for Gravity Sanitary Sewers High Density Polyethylene (HDPE) Pipe for Sanitary Sewer Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Polyvinyl Chloride (PVCj Closed Profiie Gravity 5anitary Sewer �ipe Sanitary Sewer Slip Lining Sanitary Sewer Pipe Enlargement Sanitary Sewer Service Cnnnections and Service Line Combination Air Val�e for Sanitary 5ewer Force Mains Cast-in-Place Concrete Manholes Precast Concrete Manholes Fibergla55 Manhol�s Wastewat�r Access Charnber �WAC) Liners for Sanitary Sewer Structures Reinforced Concrete Starm Sewer Pipe/Culverts High Density Polyethylene (H�PE) Pipe for Storm Drain Reinforced Falyethylene (SRPE) Pipe Polypro}�yfene Pipe for Storm Drain 5u�drainage 5lotted Storm Drains Trench [3rains Cast-in-Place Manholes and J�nction Boxes Curb and Drop lnlets Starrn Dra�nage Headwalls and Wingwalls a.�/za/za�z � �z/zo/zaiz � 12/09/2022 I 09/20/2017 I Q9/D9/20Z2 � 12/2fl/2012 12/2fl/2012 02/14�2017 12/ZO/2p12 45/06/2015 04/23/2019 02IQ6/�Q13 I 12f20/2012 I 01/03/2014 � 12/�a/2012 � 06/15/2013 I 12/ZO/2012 � 12/20/20�.2 � 04/23J2019 � 09/09/2Q22 � 12/20/2012 Qirrisian 34 - iransportation � 34 41 1p Traffic Signals ��4 41 1Q.{l1 Attachment A-- Controller Cahinet 34 41 10.02 Attachment B— Control ler Specification 34 41 10.03 Attachment C-5oftware Specification 12/20/2012 12/20%2012 04/26/2013 12/20/2012 12/20/2012 12/20/2Q�2 1z/zo/zo�z 12/20/2012 04/29/2021 07/01/2fl11 12/20/2012 11/13/2015 06/10/2022 12/zo/2a12 07/01/2�11 07/0�./2011 12/2�/2012 03/11/2Q2z 07/01/2011 03/11/2�22 I 12/18/2015 I 02/2Q12 I oi/zalz � C1TY OF FORT WORTH W�STCREEK CHANI�FEL IMPROVEMENT STANDARII CO?�IS'I'TLUC'IION SPECIFICATiON DOCUNCENTS C1TX PKO.TECT Nd. 103050 Czevised June L0, 2022 F:1['RQIECT5501 1 810 6 7-0119 DESIGNI9-0 PROIECT MANUAL SPLCIFICA7fON9100 06 Q4 7'AE3L.E OF' COAFCENT5 NEW I[A+iElq-2022.AOCH QO 00 00 STANDAR� CONSTRUCTibN SPECIFICATION DOCUMENTS Page S of 8 � 34 41 11 Temporary Traffic Signals � 3�4 41 13 Removing Traffic Signals � 3441 20 Raadway Illumination Assemlalies 34 412Q.01 Arterial L�D Roadway Luminaires 34 4120.02 Freeway LEd Roadway Luminaires 3�4 a1 20.d3 Residentia{ LED Roadway Luminaires � 34 4i 34 Afuminum Signs � 34 4150 Single-Made Fiber Optic Cable � 3�F 71 7.3 Traffit Control Appendix GC-4.0�. Availabiliiy of Lands GC-4.02 5ubsurface and Physical Conditions GC-4.04 lJnderground Faciiities GC-4.06 Hazardous Er�vironmental Condition at 5ite GC-6.06.D Minority and Womer� Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Fermits and lJtilities GG6.24 Nondiscrimination GR-01 60 00 Product Requirements �N� qF S�CTION 11/22/2013 03/11/2fl22 �.z/20/2Q1.2 06/15/2015 06/15/2015 46/15/2015 11/�Z/�Q13 d2/26/2(}16 03/2Z/2021 Cl'I'Y OF FO1tT WOft'I'H WES7'C1iEEK CIIAN1�iEL iMPROVEM�NT STANDARD CQNSTRUCTIQN SP�CIFICA�ION DOCUMENTS C1TY PAd]ECT NO. E 03Q6U Revised dune !0, 2022 F:1PEtOl6GT5103191D67-0119llE51Gi�119�4PttOJEC]'tvIANUAL SPECIPICATIONS1600DODiADI.�OFCON"C�FJTS NEW ]UNE14-2022.DOCX �ITY ������L ��E�II�A, �����o��� � Create hlew From ihis �&C DA`�E: 3/21/2023 R��ER�IVC� iil �.. CODE: C TYPE: '�*M&C 23- �OG I�AIV�E: 2flSWM W�S7CR�EK D230 CHANN�L REHABILITATION F'UBLIC CONSENT HEARIIVG: N� SIJBJECT: (CD 61 Future CD 6} Authorize Execution of a Cor�tract with H�mphrey & Morton Construction Company, Inc., in the Amoun# of $2,30'1,D70.DQ for the Wes#creek Channei R�habilitation Praject, Ado�at Appropriatian Ordinances and Am�nd th� Fiscal Years 2023� 2027 Capital Improvement Pragram RECOMMENDATI�N: It is recamm�nded that the City Council: 1. Autharize execution of a contract with Nump�rey & Morton Canstruciion Company, Inc. in th� amount of $2,301,070.00 for Westcr��k Ghannel Rehabilitation project (City Praject No.?103Q60); 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in khe Stormwater Re� Bonds 2020 Fund by increasing �stimated?receipts and appropriations in the Westcreek Channel Rehabilitation project (Gity I'roject No.?1Q3060) in an amount kotaiing $1,856,4'12.00, and decreasing?estimated receipts and appropriatians in �) the Total C�annel Restoration Bond programmable project (City Projecfi No. PQD13fi) by $1,356,412.4� and 2) the Shore V�ew Drive & Bomber Road HROM Construction praject (C9ty F'roject Na. '[a3051) by $500,OOO,pO; 3. Adopf the attached appropriation ordinance ac�justing estimated receipts and app�'opriations in the Stormwater Capital Prajects F�tnd by increasing estimated?receipts and appropriations in ti�e Wes#c�eek Channel Rehabilitation project (City Project No.?103060) in the amount of $200,000.00, and cfecreasing?estimated receipts and apprapriations in the Total Channel Restoration Band programmable project (Gity Project No. PD0�3�) by the same amount; and 4. Amend tha Fiscaf Years 2023-2027 Capital Impravement Program. DISCUS510N: Apprava[ of this Mayor and Councii Communication (M&C) w[II authorize execution of a constr�ction contract with Humphrey & Morton Consfruction Co�npany, Inc. in the amount of $2,30'i,070A0 to stabilize and r�nabiGtat� the concrete streambank side slope panels and stream beds of portions of Westcreek Channel and �dgec�iff Channel, between Altamesa Blvd and Westcreek Park, and Kraus Balcer Channel, b�tween McCari A�e and Westcreek Dri�e. 7he streambeds at these three locations have degradation and scour, lea�ing the concrete lined streambeds unstable and in need of reha�ilitatian. The project will protect the existing public infrastructure in the area that is currently being ihreatened by the significant erosion and ensure the channel cflntinues to effectively car�vey stormwater runoff to rriitigate flood risk. The project is an ongaing effort of the Stormwater Channel Rehak�ilitatian Pragram. The project was advertised for bid in the'?Fort Worth Sfar-Telegram?on November 10, 2022, and November 17, 2022. Qn December 15, 2022, the following bids were received: I Bidder? Tr�tal �Humphrey & Morton Canstruction Co., Inc. �$2,310,Q70.4� ._...�.�.�.._.�.�.�.�.�.......�._._...�..�__......._..�_� ......................__ .__...._.......__._....-----�----- Klutz Contractors, L.L.C? ($3,520,�25.00 Construction is expected to begin in May 2023 and be completed by May 2024. Ir� addition to the ca�tract amaunt, $225,437.00 is required far pro�ect mar�ag�emenf, material testing and inspection and $11 �,0�0.00 is pro�ided for project contingencies. The projact is funded by 2020 Stormwater Utility Re�enue Bands and Stormwater Capital Projects fund. Funding is iaeing used from the Shore View Drive & Bomber Road HROM Constructian project due to the project being compfeted under budget. Funding for this pro�ect was included in the FY2023-2027 Capital lmprovement Program in the amount of $1,500,DOOAO. Ac�ditional funding in the amount of $1,85�,412.�0 [s needed due to combining two additional channel projects to the Westcreek project, The action of this M&C will amend the FY2023- 2027 Capital Impro��m�nt Prograrrz as approved in connection with Ordinance 25773-09-2022. �VIN OFF10E — Humphrey & Morton Cor�struction Co., Inc, is in com�aCiance with the Cify`s Business Ec{uity Ordinance by committing 261% MWBE participation on #his project. The City`s MWBE goal on this project is 251%. This �roject is located in Council District 61 Future Council District 6 FISCAL INFORFIlIATIOfVICERTIFiCAT10N; TF�e Direcfor of Finance cer#ifies that funds are currently availabie in th� Shore Vi�w & Bomber HROM project within the Stormwater Re� Bonds 2020 Fund and in the Total Channel Restaration Bond programmable project wiihin the Stormwater Rev Bonds 2020 Fund and Stor�nwat�r Capital Project Fund and upan ap�roval of the a�ove recommendations and adoption of the attached appropriation ordinances, funds will be available in the Stormwater Re� Bonds 2020 Fund and the Stormwaier Capital Prajects Fur�d for the Westcreek Channel Rehab prolect to support the approval of the above recamme�dations and executian of if�e contract. Prior to any expenditure being incurred, the_ Transporkation & Public Works Department has the responsibility to validate the availability of funds. TO �Fund depa pment Acca�rnt �'ROM Fund Dep � ment Account Program Activity Budget Ref�rence # qmount Year (Chartfield 2) Froject ID Pro�ect ID Prograrn Activity Budget Reference # Year (Chart�ield 2) Amount Submitted for Cit� Manaaer's Office hv: William Johnson {�806) Oriainatina Department Head: Additional Information Cantact: Lat�ren prieur (6Q35) Linda Young {2485) ATTAC H M ENTS �03Q60 Westcresk Channel_Maintenance Com�liance Merno 221229 rz.pdf �cFw Intemal) 20SWM WestCr��k Channel Maintenance.docx (CFW Internal) 20SWM WESTCREEK CHANNEL REHABIUTATION F1Q TABLE.XISX (CFW Internal) 22.'I2,16 Form 129� Certificate SIGNED.pdf �cFw i�ce�,ai� ORD.APP20SWM UVESTCREEK CHANNEL MAINTENANGE 52002 A023lr3).docx (Pu61ic) �RD.APP20SWM WESTCREEK CHANNEL MAINTENANCE 52007 A023(r2).docx �P�,�i��7 Westcreek chann�l M�C ma�.pd� (Puhlicj 000515-1 AD�ENDA Page 1 S�CTION OD D5 15 ADDENDUM NO. 1 {�estcreek Cha�nnel �fVain4enarfce, C��v �roiect P�o. 'iO3�60 Addendum 1 Release Date: December 9, 2022 BidS due to PurcF�asing Office:l:3Dpm Thursday, December 15, �U�� Bid Opening: 2:OOpm �hursday, December ��, �O�x This addend�m forms part of the Plans, Contract Documents & Specifications for the abo�e referenced Prajec# and madifies the ariginal Specifications and Contract Documents. A li5t of interes#ed parties is attached. Acknowledge receipt of tf�is Addendum by signing in the space below and attaching it to the Contract Documents (inside). Note receipt of this Addendum tn the Bid Propasal and on the auter envelope of your bid. All Items in conflict with this addendum are hereby deleted. The plans and specifiication dacuments for Westcreek Channel, City Praject No.103060 are hereby revised by addendum as follows: ftem 1-1 PROJECT MANUAL, chan�ed as faflaws: Specifications, SECTION n0 42 43 Replace ihis Section 00 42 43 Proposal Form with the attached Section (ATTACHMENT AD!-1j Item 1-2 PROJ�C7 CLAf�IFICATIONS: Additional pr�-bid questions and re5ponses are included for Contractor's Information (ATTAC�IMENT AD1-2) Addendum No. I RECEIP�' A i � . . ����� �,I i �# �� - � .� i i� h,-�. � f:,,` Cl�: �� �' u � j� • Lauxen Prieur, Interim Director, Transpartation & Public Works $3r; i' ''I«-�"ti�Jl C..l�'�j.ri�.k.... Michael Crenshaw, P.E. Project Manag�r, T/PW Capital Deli�ery ,� �1 S�t�: - �°�5 CITY OF FORT WORTH Westcreek Channel Maintenance City Praject No.1 a3060 ADDENDUM 1 -�- PAGE 1 5 EC f 14t� �u a� � s PFsC3f'CSAt F41;hk LJ�1� �R��� �I� Prog�s711ern InMSrmaGan 1 ii � {I �t�� r-�,����- s� i5�r i vi � �IC�Ci�.'��� �kp�7klGrltlOri Fldder�e r�opc�smr tlnll f�i�-r I &KI Va1ue F3�ilor i:ie�ue�lpllt�� 3pew:illt:atuo-. UiuLul Eil �I�•.[IC'in $2[i]OiL�'a0_ �i89°WO i�LLi�11F�j 4}rtltf: 14aatcrao{�Chaonalan{��dqar,Iln�h�iinlli = UG�ill-I �17k.U1plCax,4i�w�lm3o�king '[1il173 .�r�u I�"I ��1�i�01421.e.Bwa 31Gi�:�w p1 7 G�'J iJnIY�3 V�A7,01�'1#?�nkavoL�I�icYr�atk 42dSi3 UnIC I-.� tl�-0 i � O�J #2�m�� Fs�airdnr[ed Can:�. f�prap q7 � 1 16 IJ��II I-h ���A1 {I;]0[1 ryr.lty�lr�lkk CArlr, 5���141sai�� 02�1 i3 Lini4 l-B .1253.{� ICI1 G' Welnimr.�xi Coi1c_ RiPr+P � 13 1�1 Ufllll�7 �F�3.UIC11�1n�'�+kWllkr'J�1StpY�lkl�,hhyPla+7 3123�fi L�n71$ �M��-01;11 �Y4PPY 2 i arao 31 ��SOp �1nN �J +�'143.43U� Fi" Re��nfimmxni �:nnr �:Idrirrk 3J t3 �t1 Ur1il I-10 ����.0�'��} 5..�ilnv, O�oadras4 32 52 13 u��u i� 1 G 320�_ll f AG BIu�,� Sod f�'Inc�nia5r �.'1 BCi OD Unll ��12 'i �.4�� 3�'p3 2$` �krn��e,r 4�c r�+isYtiu. 1�I�rn 3� •13 •10 Unil�-l3 3•lrl_CdJQ4TFa,�c{x�irrul 'v1�11�i �I��IL 1• Sa �� 7 I.0�7R2 PBrtohle �'ro�eel j,fes}ar,�� ylrjh 3+1 f 1 13 Unlll-i,F, "J-'17rf}{I43TIamaC�+idlcdde!alfs 3-071 13 u ul� i� aG �'-��e�,�p4t �o�e Matiep�aucm [r2� �as� �s� d����s ree�ith3 L'3 9e �o 11nIC I-i7 `��9!3.Cilii74t'iaB Mnsl411calkin l'�f�ol Rb tF�cwk deplh� �J�'�1 �R 00 LI nll I- IA ����4003 Foe rdodiFi�aClon ��li-�airl deqlhsj SP� g�l �fj LEhIk I-19 �A$1D.OU�� CnnC. �Cq70 f�bYlli�j .k�lnl K2o�i�# $7 os 00 un�� �-�o �o�a.000s �oaa Fsr c�,v. � sw, �� ����� o{,�r�s � y�� x� o�} {» �� aca E,�,u �-� �"�9'�1.�juUH flowable FIII �Ic,lds ;J;v�er S7u�,n N�Vlhp -1!i nSF Ufi �fnil I-t� �'�`•�`�.���f Trmpor,uy Cretlt ansi rRV�b P�ol�ne C�as�ings 9J 3� � linN I-}:i �`�'�'3.i�IlcG Trae F'rolxl{in k 1'fFr �',iuunp_ il I�i,lfr:1 �4 93 4!� Uir,i I-2�: '�4;�`],{1U04 SIRa R�Irt,�;uh��� ��1 „1ar�ng Ara� includM'ig I�Tiq:�lf�n Pi�:e�p 99 {��} (h'i E]nw1 1�25 '�`�� �6�f] Rcirwuial �ff ly�W I�I B.{��I��rJtr �f.is�ilr�iha I-�y=+lx,lixl ?�41 ,yS� Ix� CJ� n1 I-2fi � y`�`=� ��� 1 kr�� Itx�l km [�{ I yy�n Isl F�af Nc.�rla {h+iull�le �vcallnnsj 99 U�5 [i;7 Uri� f-1 F d9�30.�0� 2 RQmarol ol �rsifx H�rriEadg nt Jennle Drive 9t3 99 u I IJn�I [.�� '�`-Ka�7 U�}�J r�elnsrnllR:lo�r�f fraNu;f�.'�rnPa,�i�r:�3 J#TiN�31}ii++�, 99 d94� Urwl 1-2$ n�� nn�� ��Id�lyFx�awbtiocxs � Lecauun� 94 B�J iM1 U�4h !•,i{S �§�b fJp 1 ii 3r➢OP f�5; 1�'+qn�;. qs []I�e�le�J �+ �ly�t5rl 99 99 Q�1 Unll �-3 C B9{i9.n01 d Mlsc. R;.i1lEarc�:d �an :. Slope Pauing Ro�aua ae �Kected hy 00 i� {}fl �Jnil[.,a!'�°�`��d�17Reiniw`ear:,lFL,ploco�x.R�llltorcedf:tmr,�ldiul��alh,ll !3��9Sxl LJ�iI I-83 65�3:44310 RniTioMa[ i� 1'la9ft ond tJal+-t,l�flwadc#xlg 90 9�3 �1�1 C ff4 iPf I i dLT R'i}ll CIF � r,5'�r, tilc� � i�,L� I SLk 1 H KFxhl����l � hi r 0.1� k iMw N I� �t�.�.,.1�� ����:I�:i .rr+�.+. �.n�r .�r.srnw�v�a�nrrnrsrt,r7x ��, i � ir� orn r�sc.x.<�,a� �is r xr,tivi �.� ,r� � i[ n�yTnri.t 4iu:.'IiIV i!� I.S LS �r� LF LF $Y �'t` l.S SF sY s�r F �S hAiJ� 4'd�[ LA LF l.F I.F �F r-� � r-,� _°i 95 �� L3 I.ti Lw LS c� :3Y L" L9 1 � S 1 � � 7.45 S $ U7U � � '{�#4 S T 12J[l � � ?Qq fi � � —� �, • — — -�� $ � 1�[7Jp �� y fo�a � � y I � y �2 S. � 2d y +� � 5 L �710 g y l a� I6 � S �oo � � �lsn0 � �, z � � � `�`� Y � � 'F V � � �-- — 1 � w y t s 1 S .�, ' � �� — I ; � 1 y �� � — i5i � �� — u4s S � � — � � — I � ; � lOi:7� ��17�� I. � rt7 tt�J I� H�� Ik7Y..l ,31 I �4� i i w� �.��. hl'fM1�l45�1 x4'�51�I�1 �i:„ I ill � I Ilt I" .41 � � " " SEC�EE1 N 04 �r .s:l F�{C7f'b611L F{�Rb,1 U1�17' �1���E BID Nro�e�l Ilnm L;jqffifi�bn �.III�i1 Ilrr�o- �Vo �¢=rn j,h��i U�IiIII� FI7911651H3If4lC}�tnnef ��JIII li-1 111i1 iritli f:����r,rn��:Llr�i�ui:�xs•�W UnIL 13-F Oi31.1}117� As-ns�dL .�',urvey Ulill li-� 0��1.U�11GI;en14++eF6ilr,e Uhlk I I�" �2A I 1440 RorriGVC €is�s�€rt�:ed C,[4n�. �ilpr��t UniiH.6 �'�1 ���1Rerii�'�Ae}�liaslj'YInS U�ihll-� �125,Ql0'.SWF'f'F'zl.�;�r lJrdlll-', 31,�7-4147.1.arye�luneFtlpiap_�Y ,a�,;ipl-� sxui.f�if7rs�'Wi�le�ss�rsuaF�v��ar�e��4 i�c�s�doairal Ur7 II-� ��������7 +��heA Pvrnh Re�a�E3e�md Qefinod 1Mldlt�, Ftseidenrial 11All J��iL1�S:!:9 tl.U� IJ C� FP[5n55. VJuud �ia��u u- i� a1�z.azao seecu,� o��,dra�� Unit IC-17 3307_i14U1 P�e-�CT'V Ur�Feuhoi� Un0. li. I� 3901.Uu�}� I�a�L.f:C:91+ Fn�pFt,llrul Unikll-I� �a+7�fl�1rralhcConlri�l Un�4Il�1� .�+Sij,(I�Sl��}CN�.if�Id���i�l�eClJ�{rSfTjt$IjJIF C]nu 1�4{S ;1411 ±JL?U;{ Tr�fflc �rnlrc�l Uekail� M]nh N s1 '-'39�S.1k13G iK' Gi�s Reesr{��il f:�n� P�r� — — 3Jn�1 f�39 ��`.19 Ik31f Rnl�ti��r-! C:1+nc C�srurrm ��M 11,1R ''�`�-�3= Ralrticwcrd L:ans Panels 9c5ween CoIL¢rns it� � tt Helght) 1Jtul 11-7fl I'�9.D1133 R�IniG�rt�d ��pRC Na�,a Hen�.��� �o���nn� �a-a n ��r��r�sJ �luil II-� 1 IId399.D11;}4 i ccE Yroler.li� � prunmy, �l re �wred ilofll 11�2� 1�6��.oG� kJ.tlh�y �xrrivauun�s � �.acq�nns Wsll II-23 I9902,003i5 Ca�c Tn�n}ling oi Ex. Goh�ons {Nat ehasvn on Lna pl�ej 11a,11 il• ��C �994.Of1�� i�eenaval of Traeh al+d hun� N.�I�Ve de�e� U nil !I-�, $093.�0�8 s00G Ptif Realfoi c�1d G�nd. a= Dl�vz�t:i �y c"}V��nr L1nll JI-�4 �99�.�OS`7 Renuwe axieakn3 ralnioeced �ar�G, w+iA al scr6s6 ramp I �nil 11-�� '�0���4�� ��} 1161 iSl � tlul lc111�UlCCeI ��h1G YJISII uS nCtc: s railXa lhdl Jf-:?iy 9099.OfN11 tJevr Guard R.�d I Fnik I; y�estr�oek �hr,nnet o�sd; dyrew� �:hanr.ef l�nlr II; Itx��a: s i��ktr l:h::nne� Bidder's Ap�lication SU4�;alinn IJ"f U� �Ih} aadlrmMrs N,�ew�r,� Uiioniup II� 71 �:� bi f� �! Ol 41 13 �+11 15 4"t,��} 1 '16 s� �� o0 �7 37 00 3? U1 17 32:11 I7 SF 31 �9 32 fl2 13 — �]ff137 99 b! �1 :!� 71 ! � 3��7� 1� ,1A '11 �;i ��ifJfl Eh3 Sld {1U �3 9� ilp zra �e fln Ffd 99 {kl �s �n an 49 fl$ 04 �3 99 �4 � �� � a"J�}l14 � �J b4 CIO i� �� � B�d 6umma*y HakG@ B ISI � LS LS 1_F SY SY ts SY L� SY k.� SY � f° LF h1K} Y�'K E�4 L+I f VLF IF LF �S I.s L6 l,S CY LS L3 4r �NP �kF S�C710#i ! 1 1Uu 26 d:1U 1 J$ iva 25Q iva i�ll� fifa[� G(141 � i� I lJi 3�3 JIF ti0'J 1 � 1 1 JfS 1 1 9�8 �u}d4Y4 �'fS�RO6B1 �IriIL PliCe I �1N1 ��ilue 5 S 5 5 8 S � s � � � I 5 $ 5 3 S � 5 3 �S s 3 # � � � � i S 2 8 j5 — $ �$ 5 S S $ � � ti 6 _ a .S s _ $ y _ J � � l 9 5 5 _ 5 � 5 Sr 4 � � Suh��rUnNli � I � � 5 Soihi Hanu Raii ;�_�� Tolyl �l�d S [m'iu ����trKhri��� 51 �.w155krFai�titilML'lyNKjjE7M',4TUJ}IlY4EtiC'%II� �.. �� , t u� ur!ik I n� a I �H� h�i F'uy�.i'I'kN.fl .u79 �7..i.. i � W � a i�w ,,r��nrTMr rwrmrn��mm ,Yo� i,.�f nn, �w�a��., � TII.�II �i i�h*7'f�� 'i7T i 1L If'�51 n�u�ln�'.�IA4'.n �i1T�tf.1RIE:f f JYL}L� I ATTACHMEF�T ADl-2 WE5�CR��K CHA�lIV�L Additional Pre-Bid Questians & Responses 1 2 3 4 5 Pre-Bid Questions Engineer's Response What type of material to be used for back filling The plans call out for co�crete fill to be used under the Concrete Rip Ra�? to 6ackfill under any concrete rip rap. Bid proposal calls out #or Concrete Pavement, Addendum No. 1 changes the bid item where is this used? description to clarify this item. For the Pier, Galumn and Panel Wall, who are Two Manufacturers are listed in the t�te manufacturers? specifications. Reference Spec No. 32 32 16 Where are the Concrete Expansion/Control Jaint Repair? Are there any pre-qualifications necessary? The expected repairs are mainly on the 5lopes af th� Edgecliff and Westcreek Channel at existing joints. The Contracto bocuments do not require any pre-qualifications. WeStcreek Channel Maintenance City Project No. Ia306(� Attachment AD7.-2 00 11 l3 1NVITATIbIY Tb EIDDEA5 Page 1 of2 sECTioN oa ii �s INVITATION TO BIDDERS RECEIPT OF B�DB Sealed bids for the construction af Wes#creek Channel Maintenance, Ci�y Project No.103060 {"Project") will be receivedby the City ofFort Warth Purchasing Oft�ce u�til l:�Q P.M. CST, Thursday, December 1S, 2022, as further descri6ed bela�uv; City of Fort Worth Purchasing Division 200 Texas 5treet Fort Worth, Texas 76IO2 Bids will be accepted hy: US Mail, Couricr, FeclEx, or hand delivery at the address abovc. Bids will be opened publicly and read aloud at 2:00 P.M. CST in the City Cauncil Chambers. GENERAL DESCRIPTION 4F WORK The major work will cdnsisi of the (approximate} following: � Approximately I00 LF of toe modification (2�foot depth). + Appra�cimately 1,870 LF of toe modification (4-foot depth). o Approximately �30 LF of toe modi�icatian (6-foot depth). o Approximately 800 LF of concrete joint repair. o Remo�ing and replacing approximately 1230 SY of cancrete slope pavement. o Replacement of outfall headwall far 2�-inch pipe. � Approximately 500 LF of Pier, Column and Panei Retaining wall. PREQUALIFICATI�N Certain improvements included in this project must b� per£nrmed by a contractor or designated subcontractor who is pre-qti�alified by t�e Ciiy at the tirn.e of bid opc.niz�g, The procedures f�r qualif cakion and pre-qualif cation are outIined in Section 3 of 00 21 I3 w INSTRI7 CTIONS TO BIDDERS. DOCiIMENT �XAl1�TATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on line by visiting the City of �'ort Worth's Purchasing Divisian website at http://www.fortwoithtexas.�ov/purchasin�/ and clicking on the link to tlie adeertised project folders on the City's electronic document management and collaboration system sit�. The Contract Documents may be dowaloaded, viewed, and printed bq interested contractors andlar suppliers. b.ttps:l/docs.b360.autodesk.comisharas105f�9S37a-26fe-4a9f-a046-7de1 cI7d237a EXPR.ESSION OF IN'TER.�EST To ensure potential bidders are kept up to date of any new information pertinent to this �roject, all interest�d parties az-e requested ta email Expj-essions af Interest in t.�is pro�urement to the City Project Manager and tk�.e Design �ngineer. Tl�e e�nnail should include thc campany's name, contact pers�nn and that �ndividual's email address and phane aumber. All Addenda will be dis�t•ibuted directly to t�ose wha have expressed an interest in the proci�rerxie�t a�d will also be posted in the City of Fart Worth's purchasing website at http:/ffortvvorthtexas.gov/puz'chasing/ PRESID CONFERENCE — Web Conference CITY OF FORT WORTH WESTCItE�K CFItiNNEL MATNT�NANCE STANDARD CONSTRiiCTION SPECIF[CATION DOCIIMEY+IT CITY PROIECT NO, lU3DbU Revised 7114/2U21 F:VI'R076CT51031 B10fi7�4119 DES[C.M4-4 PROJECT MA3JUAL SPECIFICAT16NS1I00°k1DIV OOIOQ I l 13 INV ITATI6N T6 BI�UHRS.11OC OD 1 l l3 INVITATION 'fp BIDDfiRS Page 2 of � A pr�bid conference will be held as diseussed in Section Op 2I 13 - INSTRUCTIONS T� BIDDERS at the folIawing date, and time: DATE: Tuesday, November 29, 2022 '1`IlVIE: 11:00 AM In�itations with links to the web canferencing applrcation will be distributed directly to those �rho have sul��nitted an Expression of Interest. If a prebid con%rence is held, the presentation and any questions and answers provided at the prebid canference will be issued as an Addendum to the ca1l for bids. If a piebid cqnference is n6t laeing held, prospec�ive bidders can e-mail questions or comme�ts in accordance with �ection 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addt'esses l�sted below. Emailed questions will suffice as "questions in writing." If necessary, Addenda t�vill be issued put'suant to t�e �nslxuctions to Bidders. CITY'S RIGHT TO ACCE�'T OR RE,TECT SIDS City reserves the right to waive itregulazitzes and to aceept or reject any or aIl bids. AWaun City will award a contract to the Bidder presenting the lowest pYice, qualifications az�d eampetencies considered. Fi1NDING Any contract awarded under this INVITATION TO BTDD�RS is expeci�d tn be funded from revenues generated from bonds and reserved by the City far tlie Project. XNQYJIRTES All inquiries relative to this procurement should be addressed to ihe follo�ving: Attr�: I1�i�e Crenshaw, City of Fart Worth Email: milce.crenshaw@fortworthtexas.gov Phone: 817-300-9960 AND/OR Attn: George Farah, P.E., P�tunmer Associates, Inc. Email: gfarahC,a7plummer.com Phone: $17-806-17D0 ADVERTZSEMENT DATES First adve�rtise�ent: Thursd�y, November 1fl Secon.d advertzsement: Thursday, Nov�mber 17 END OF SECTION CITY OF FORT WORTH WESTCItEHK CHANNEL MAIl�TBNANCH STAN17Al2D CdAfSTAUCTION SPECIFiCATIOIY DOCUM�NT C1TY PRp7ECTN0. ]03U60 Revised 7119l2421 P:IPROIEGTS103181Q67-0119 �E51GA'14KF PAO.fECT MANilAL SPECIFiCATI0N51100'h1�[V W100 1 I 13 INVfTAT101V TO SIDDERS.�pC 00 35 13 CONFLICT OF INTEIt�ST AfPIDAVIT Page 1 of 1 sECTioN aa 3� ls CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Con€Iict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant ta stat� law. If a member of the Fort Wflrth City Council, any� nne or more of the City Manager or Assistant City Managers, ar an agent of the City who e�ercises discretion in the planning, recommending, selecting or cantracting with a bidder, offeror ar respondent is affiliated with your eompany, then a Local Governmen� 4f#icer Conflicts Disclosure Stat�ment (CIS) may be required. You are urged to consult witn counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from tha Iinks provided bel�w. .. �� • . . _ F, a - - . ,, .i� r � �, _ _ .., . � GIQ Form is on file with City Secretary � � � � CIQ Form is being provided to ihe City Secretary CI5 Form does not apply CIS Form is an File with City �ecretary CI5 Form is being provided to the City Secretary BIDDER: ��� r�`'l � �Yt �+"�n " .� �6.�rr� ��-� ���n f�- �v��. sy� aJ S . � ' ,� Company � , (Please ri� �� � � . �� � �� � 11 �TU- � ���_ Signature: � � � `� � � Address . r �or f�D r� �X . 7� T��ie: �� � � � �-�c.� City/State/Zip � � . (Please Pri � END OF �ECTION CITY OF FORT WORTH W�S'1'CI�EK Cf-IANNEL MAINTENAI�fCE STAI�fDARD CONS'TRUC1'IOI�i SPECTF�CATION bOCUM�NT5 CfTY AR07ECT NQ. 1U30G0 Itevised Fc6ruary 24, 2Q2p PA�E YS LEFT BLANK �NTENTIONALLY 0o aT o0 aio FORM Page 1 of 3 SECTIOR! 00 41 DO BID FDRM T0: The Purchasing Manager cla: The Purchasing �ivision 200 Tex�s Street City of Fort Worth, Texas 76102 FDR: Westcreek Channel Maintenance City Projeck No.: 10306� UnitslSections: ALL 'I. Enterr Into Agpeement 7he undersigned Bidder praposes and agrees, if this Bid is accepted, to �nt�r into an Agreement wit� City in the forr� included in the Bidding Dacuments to perform and furnish all Work as specifed or inciicated in the Contract Documents for the Bid Price and wikhin the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Cont�act Documents. 2. BIDDER Acknowledgements and Certificatian 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including withaut limitation thosa dealing with the disposition of Bid Band. 22. Bidder is aware of all cas#s ko pro�ide the requirecf insurance, will do so pending contract award, and will provid� a valid insuranae certificate mee#ing all requirements within 14 days af notificatian of award. 2.3. Bidder certifies that ihis Bid is genuine and not made in the interest of or an behaif of any undisclosed individual ar entity and is not submitted in c4nformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectEy 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 ta refrain from �idding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusi�e, ar caerci�e practices in competing for the Contract. For the purposes of this Paragraph: a. "corrup# practice" means the ofFering, giving, receiving, or soliciting of any thing of �alue likely to influence the ackion of a public official in ti�e bidding process. b, "fraudulent practice" means an intentional misrepresenfation of facts made (a) to influence the bidding process to the detriment of Cify {b) tv estab[ish Bid priaes af artificial non-competiti�e levals, or (c) to deprive Ci#y of the benefits of free and open campetition. c. "callusi�e practice" means a seheme or arrangement between two or more Bidders, with or withaut the knawledge of City, a purpose af which is to establish Bid prices at artificial, non- compatiti�e le�els. CITY OF FORT WORTH STANDARD CflNSTRUCTION SPECIFICATION �OCUMENTS UO 4i 00 Bid Pro�osal Workhook Revised 913U12021 I�fTW-FS.FTW.A?AIIFORTWORTH4PROJECT5103181067-�i19 dESIGNIB-4 PROJECT MANUAL $PECIFICATIQNS160%1�IV UO 00 41 fl0 BiD FORM Page 2 of 3 d_ "coerci�e practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence kheir participation in the bidding process or affect the axecution of the Contract. 3. Prequalification The Bidder acknowledges that the following wark types must be perFormed only by prequalified contrackors and subcontractors; a. Conc�-ete char�nel toe modifications and slope repairs, b. 5ife seeding and restoratian. C. Li51'.�rt}tk ty�t@.i1Cr� oF sp3C2 d. ! i�: �,w'�Fk #y+�� hcre�or sp��r.� E. L15a +NOI� fy�'—' �?8f@ ��f SJ��C@ f. [ 1�! wOrk typa �ere �� spaC$ - g. L�s' v�ror4t type hor� of �p�ce h. __�;; u,rc��k kvp� F�+�s� �r spa�e 4. Time of Gompletion 4.1. TE�e Work wil I be compl ete for Final Acceptance within 36� days affer the date when the the Contrac# Time commences to run as pravided in Paragraph 2.03 of the General Cot�ditions. 4.2. Bidder accepts the pravisions af t�e Agreement as to liquidated damages in the e�ent of failure to camplete the Work {andlor achievement of Milestones} within the times specified in khe Agreement. 5. Attached to this Bid The following document5 are attaehed to and made a part of this Bid: a. This Bid F�rm, 5ection 00 41 00 b. Required Sid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Condikions. c. Proposal Farm, Section QO 42 43 d. Vendar Compliance to State Law Non Resident Bidder, Sectian 00 43 37 e. MWBE Forms (optianal at tirr�e of bid) f. Prequalification Statement, Secfion 00 45 12 g. Conflict of Interesi A�davit, 5ection 00 35 13 *If necessary, CIQ or CIS forms are #a be }arovided directly to City Secretary h. Any additional documents that may be required by 5ection 92 of the Instructions to Bidders CITY OF FQRT WUR7fi STANpAR[l C(3NS7Ri1C710N 3F'ECIFICA7I�N E70CUMEN7S UO 41 UO Bid Proposaf Workbook Revised 913012U21 ❑FTW-FS.FTW.APAIIFORTWORTHIPRO.fECTS1U3 1 810 67-0 119 QESIGNI9-4 PROJECT MANUAL SPECIFICATIONS160%1�IV 00 ao a� oa BIO FORM Page 3 oF 3 6.1. Bidder will camplete the Woric in accordance r�vith the Contract Documents for the following bid amount. In the space prov�ded below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid a�ening. 6.2. It is understond and agreed by the Bidder in signing this proposa! that the tatal bid amount entered below is subject to �erification andlor modification by muiiiplying the unit bic! prices for each pay i#em by the respective estimated quantifies shown in this proposal and then totaling all of the extended amounts. 6.3. .r'itturi �I AiE�irt�:u Csia (#�FY1s �us! I111� Ii:��uG3irr, �i o#al Base Bid <uae this if app�ica�l�, otherwisa de!-"° 4ltemate Bid �use this ifi �pplic�hle, o#herwise del�+� '• — - . .. . - � - -. p. _ . u�. ., ' ` � � .r Tatal Bid 7. Bid Submittal $2,3�1,070.00 #REF! #F2EF! #REF! $2,3a1,47Q.00 This Bid is subr�' ked on Recember '[5, 2022 by the entity named below, . � � Respectf}afi�y submit�d, ' � 1 ��� ' By. -7,��{ � o ' � , (�ignature� ,1t�h R. Gill . (Printed Name} 7itle: Vice President Company: Humphrey & Morton Construction Company, Inc, Address: 5138 Vesta Farley Road Fart Worth, Texas 76119 State of Incorparation: Texas Email: josh@humphreyandmorton.com Phane: S9 7-478-8088 Receipt is acknowledged af ihe Ir,�'ti I following Addenda: f Addendum No. 1: „ Addendum Na. 2: ` "� � Addendum No. 3: � Addendurri No. 4: Corporate Seal: EPl� OF SECTION CITY Of FORT WaRTH STAN€]ARb CONS7RUCTIQN SP�CIFICATlON DOCUMENTS RO 41 06 Bid Praposal RTTACH A�1-7 Revised 9I30I2021 11FTW-FS.FTW.APAl1FORTWORTH�PROJECT510 3 1 810 87-0 1 19 �ESIGN1914 PROJECT MANUAI. SP�GIF{CAFIQNSS60%IDIV 00 ao az as B1ll PROAOSAL Page I oC 2 S�CTION 00 42 43 PROP05ALFORM �1�1� �RIC� �I� Projecl Item In(ormaiion Bidlist Item IVo. 6escription Unit I: Westcreek Channe! and �dgecliff Channel Unit i-1 �171.0101 Gonstruction Staking llnit I-2 �171.a102 As-Buill Survey lJnit 1-3 0241.D100 Rampva Sidewalk Unit I-4 p241.1000 Remove Reinforced Gonc. Riprap Unit I-5 0241.�80D Remove Misc. Conc Structure Unit I-B 3213.0101 6" Reinforced Conc. Riprap llnit I-7 3123.0101 Unclassified Exoavation hy Plan Unit I-8 3125.0101 SV4'PPP z 1 acre Unil I-S 3213.0343 6" Reinforced Conc Sidewalk Unit I-10 3292.020U Seeding, Broadcast Unit I-11 �z92.0100 Block Sod Ptacement Unit I-12 3349.3003 24" 5lraight Headwall, 1 Pipe Unit I-13 3471.OD0�[ 7raffic Contml llnit I-14 3471.0002 Poftable Project Message Sign Unit l-15 3A71.U003 Trsffc Control Detai�s Unif i-1& 9�gg�0001 Toe Modification (>2-fool to 4-faot depth) lJnit I-17 Q99g•OOD2 Toe Moditication (>4-foot ta 6-foot depthj Unit I-78 9�99�a003 Toe Modification (y6-foot dep[h] Unit I-�9 9899.4004 Canc. Slope Paving Joinl Repair Unit I-2p 9899.QOD5 3000 PSI Conc. at SEarmwater Oulfalls (10' X 1U') Unit I-21 999g•DOD6 Flowahle Fill Voids Under Slope Paving Unit I-22 9999•0007 Temporary Creek and TRW� P�peline Crossings Unit I-23 9999.0008 Tree Proteelion & Tree Pruning, if required Unil I-24 9999.oa09 5ife Restoration of 5taging Area including Irrigation Piping Unit I-25 9899.OD10 Remoual of Type Itl Barricade (Multiple Locations} Unit I-26 g$99.0011 Restoration of Typa lll Barricade (Multipia LocaEions) Unit I-27 9g9�•0012 Removal of 7ra�c Barricade at Jennie Drive Unit I-28 g99g�0013 Reinstallatian of Traffic Barricade at Jennie Drive Unil I-2S 9999.Oa14 lltility Excavations & Locations lJni# I-30 �999-00� 5 3000 P51 Conc. as directed by Owner �nit I-31 9g9g.OD78 Nlisc. Relnforced Conn. Slope Paving fiepairs as Directed 6y Unit h32 9g99,0o17 Remove and Rsplace Ex. Reinforced Conc. Starrn Outfall Unit l-33 9999.pD1 S Remo�al of Trash and Non-Native dehris BiddePs Proposal Spec�cafion Unit oF Bid Unit Price Sectian No. Measure 4uaniity Q1 71 23 D1 7i 23 02 41 13 02 41 15 D2 4'1 13 32 13 13 31 23 16 31 25 d0 3213 20 32 92 i3 99 99 00 33 49 40 3471 i3 34 71 13 34 71 13 99 B9 UO 99 99 00 99 99 00 ss ss no 99 98 UO 99 99 00 99 99 00 99 93 OU 99 99 00 99 99 OU 89 99 00 S9 99 QU 99 99 OD 99 99 00 99 99 00 99 99 00 99 99 DD 98 99 0� LS L5 SF LF LF SY CY LS SF SY SY EA MO WK EA LF LF lF LF EA CY EA LS LS LS l.S LS LS L5 CY SY LS L5 �idder�'s �ppli��tion 9 1 245 970 3225 123D 2Q0 1 245 13600 1D500 7 12 24 2 241U 1D75 2Q0 zsoo 2 25 6 1 1 i50 50 1 � � $6,667.00 $5,556.00 $3.06 $10.00 $�4.00 $143, 00 $z7.ao $2,022.U0 $9.0� $1.40 $7.70 �a,ara.ao $1,846.00 $506.tlU $111.00 $294,00 $344.00 $458.00 $140.60 $2,537.00 $573.00 $10,957.OU $3,188.OD $14,881.00 $8,667.00 $5,556.OD $8,6G7.06 $2,544AD $2,695.00 $326. DD $192.00 $7,940.U0 $18,U16.00 Subtatal Unit I: Bid Valu� �s,ss�.ao $5,556.D0 $735.00 $9,70D.OU $77,40D.00 $175,89D.00 $5,400.06 $2,D22.Od $2,205.00 $15,040.OD $60,850.00 $4,878.a0 $21,672.00 $12,144.00 $222.00 $490,44D.00 $349,160.�U $91,6U0.00 $287,560.OD $5,074.U0 $14,325.fl0 $85,1A2.00 $3,198.00 $14,681.00 $6,6fi7.D0 $5,55&.00 $s,ss�.00 $2,544.00 $2,695.OA $48,900.00 $9,600.Ob $7,940.00 $18,016.00 $1,854,746.00 C:ITS' O!� FOR'f WORTFF STANDARD CONSTRUC'i'fON SPFCIFECATION oPCVi�fENTS Retiaed 9II�R021 00 A] 00 $id Yropasal A'CCACH Ml-1 11FP4V-FSIT�V.APAIIPURTWORTH54ROlGCTSl03t81067•�119 UES[GM9-4 PRq7ECf MAN[lAL SPECIFICATiONS4100%5➢IV 00 A7TACHMHNT Ml•1 tl0 A2 A3 B]D PRpPO$AL �� a orz SECTION OD 42 43 PROP05AL F�FtM U�[� ��IC� �I� ProJect Item Information �idder`� Appi�ea�ion 9idders Prapasal Bidl"tst ❑esc�ptian Specification Unit of Bid Unit Price Bid Value Ham No. Section No. Measure Quantity Unik II: Krauss Baker Channel Unit II-1 Q17�.0101 ConstrucGan 5taking 01 71 23 LS 9 $3,333.U0 3333 llnit II-2 0175.0102As-Bui1t Survey 01 i1 23 L5 1 $2,779.00 2778 Unit II-3 �24i.D500 Remave Fence U2 41 13 LF iUD $4.00 400 Unit I!-4 0241.10DD Remove Reinforced Cnnc. Riprap 02 41 15 SY 20 $30.0� sU0 Unit I{_5 0241.110D Remove Aspha{t Pvmt 02 41 15 SY A50 $7.00 3150 Unit II-6 3125.U101 SUUPPP z 1 acre 31 25 00 LS 1 $2,022.00 2022 Unil II-7 3137A102 Large Stone Riprap, dry 31 37 �U gy 45 $228.OU 1D260 Unit II-8 �2d1.011i �0' WideAsphakt Pvmt Repair, Residenlial 32 pt 17 LF 180 $1U1.OQ 18180 Unil II-9 3209.02oi Asphalt Pvmt Repair Beyond �efinerJ Width, Resideniial 32 U1 17 SY 250 $56.00 1kOD0 Unit II-1 D 3233.0412 6' Fencss, Waod 32 31 29 LF 100 $49.U0 41 DO Unit II-11 3292.4200 5eeding, Broadcast 32 92 13 SY 140 $27.20 38D8 Unit II-12 33D1.U001 Pre-CCN Inspecfion 33 01 31 �F BDa $20,po 12000 �nit II-13 33D1.a0U2 Post-CCTV Inspeclion 33 01 31 LF &OD $2p,p0 �zaoa Unit 11-14 3a71.D061 Tra�c Cantrol 34 71 13 MO 6 $1,808.00 1a836 Unit II-15 ��� •0002 Porlahle Project Messsge Sign 34 71 13 1�y}( 12 $50fi.00 6072 Urtit II-16 3471.0003 Tra(fic Control Detaiis 34 7i 13 EA 1 $111.60 411 Unit IE-17 g9g9-�OaO 18" pia. Reiniorced Conc. Pisrs 99 99 00 1/LF 325 $4iU.00 133250 Unit If-18 8998.0031 ReinforCed Cona Column 98 99 00 y�� 360 $151.00 54360 Unit 11-19 9999.0032 Reinforced Conc. Panels Setween Cofumns (1-3 ft Height) 99 99 DD LF 50 $171.00 9550 Unit II-20 g�99•0�33 Reiniorced Conc. Panels 8etween Coiumns {3-6 ft Height) 99 99 00 �F 400 $241.00 96400 Unit II-21 �g�9-0034 Tree Profeciion & Pruning, if r2quired 89 98 00 LS 1 $1,599.00 1599 Unit II-22 9999.0035 L1tiEity Excavations & Locations 99 93 OU L$ 1 $5,730.OU 5730 Unit II-23 9999.oU36 Conc. Topping of Ex. Gabions (Not shown an the plansJ 99 99 OD �$ 1 $5,8s4.00 5860. lJnit II-24 9g99•D037 Remaval of 7rash and Non-Native debris 99 99 00 l.S 1 $7,588.00 7568 Unit ll 25 9g9a•0038 300U P5f Reinforaed Conc. as Olreoted by Owner 99 99 06 CY 50 $326.Q4 163D0 Unit II-26 9g99•0039 Remo�e existing reinforced Canc. wall al access ramp g9 99 00 LS 9 $S,2B3.00 1293 Unit II-27 g�g-OOAU Re-construot reinforced Cone. wall at access ramp g9 98 00 LS 1 $6,1 D2.U0 6102 llnit II-28 gggg-0041 New Guard Rail 99 99 00 LF 123 $46.00 5fi58 Sublotal Unit II: $44fi,324.00 Bid Summary � Sas� Bid Unil l: Westcreek Ghannel and Edgecliff Channel �$1,854,746.00 .............................__,_,_.,.._,__,..,�.____.__-..,.._.....----..�..__.,.�._� �.. _� � _ l�nit II: Krauss Baker Channe] $446,324.�D 7otai Base 9id $2,�01,070.00 7otal �id $2,301,070.00 ENU DF SECTIDN CITY OF EORT WORTH STAN�ARI) CONSTRUCTfON SPBCIPICATION �OC[TNIENTS R�ised 9fi0RD21 00 i 1 UO 8id Prapo.sal A7TRCfE AAl- I Nk�"I'tt�-FS.NTW.APAI5FOR7'NORTHICROJEC'TS1U7I8V067-U159UESIGM9-0PROILCTMAh1UAL SPECII7CATfONSt106%loIV00 ATTACHMENTAUI-1 00 43 13 81� B�ND Page 1 nf 2 SECTIQN 00 43 13 BID BOND KNOW AL� SY THES� PRESENT3; �hat we; � Humphrey & Morton Gonstruc#�on Company, Inc. , known as "Bidder" herein and H�rEiord F�ro ir�sur�ntse �flmpany +} �oip^ra#e s!�re±y duly authorized to do bu;iress in 4he Skate of Tex�s, knawn ay "5urety' Iterair�, are ��iEi 2�n�f 1Frmiy i�G�?nd Lnfv the Ci±, of Fort War1i�, :i municipa� ca�p�r'tion creatad �ursuar�t la �tr,e Vaws of Texas, known as "City" herein, in the penal sum of five percent(5%� ofiBidder's maximum bid price, In lawrful money af the United States, to be paici in Fort Worth, Tarrant County, Texas far the payment of which sum well and truly to be mdde, we bind ourSeEves, our helrs, exeCutorS, administrators, successbrs and assigns, jalntly and severally, flrmly by these presants. WFiEREdS, •the Principal has submitted a bid or proposal to perform Wvrk for fhg ic!?nwiny urqject designated as Westcreek Channel Maintenance 0 NOW, THE,R�F(]�iE, !he condition of this obligation is such that if the Clty shall award the Contract for the� for,egoing praject fo the P�i�cipal, and the principal sF�all satisTy all requiTements and conditions required for the execut�4n af the Contract and shall enter into the Contract in writing with the City in accordance with the terms af such same, fhen this obligation shall be and become null and void. If, hpwever, the Principal fails to execute such Cpntract in aceardance with the terms af same or fails to satisfy a!I req�irements and conditionS required for the execution of the Contract, this bond shall 6ecarr►e lhe property of the City, without recourse of the Principal andlor 5urety, not to excee�i the penalty hereof, and shall l�e used to compensate Clty Far the difFerenee befween Princlpal's total bid amount and the next Selectad bidder's total bid amaunt. , F PROVfDED FURTFiER, that if any legal actlon be filed on this Band, �enue shall lie ir� Tarrant County, Texas or the United States District Court for the Northem District of iexas, Fort Worth Division. IN Wi7N�S5 WHEREOF, the Prirscipal and the Surety nave �IGN�� and S�AL� t�is instrument by duly authorizsd agerits and ofFcers vn this the 15th day of Dece�€r � , 2022. PRItVCIPA�'' � �' Hump�y & Morton o tru ' Co any, Inc. / \ t � : . ! , F3Y: � � � � ..�._.. _ _ _ � - — �ghature i � A7T F ,, JosF� R. �II Vice Presid �nt , / n s as Princi�al �.����'�r �Eame and Ti�� - � CiTf OF FOR7 4NORTH 57ANDARp CONSTRl1ETI0N SPECIFICATIOkE OOGUMENTS Re�ised 9/30/2021 \IFTW-FS,F7W.APAf1FORTWORTH1PRdJECT5L031810B7-6i19 pE51GN59-4 PROJEGT MANUAI SPECIFfCATiON51609b1�1V 00 00 ki 00 Bid Propasa4 Workhnok � aoa� i� 84D BONO Pags 2 ai 2 Address: P,O. Box 8057 Fol# Wo�t�r, TX i6124 SUFt�TY: Hartford Fire lnsurance Cam�anv , a:. . BY: � _ �.�� , � --�r —, Signature ���%�- i �le W. Sweeney, Attorney-f�-Fact �lame and Titla Address; 3qOD Internet Bl�d., Suite 600 � ; Frisco, TX 7803�4 ' .r (r �'�° �,�" � � s.a vr Witness to Surety Elizabeth Gra Telephon� IVumber: 617-457-6700 Attach Pawer of Atiorney (Suretyj for Aiiarney-in-�aci �Note: If sign�d bY an officer of the Surety Company, there musf be vn file a certi�ed exkract #�am the by la�+s I sMowing lnat this person has authorlty tn sfgn sueh obligafion. If Surety's physical address is different #rorr� il its m��lin� addreSS, both mUSt be pfoVlded. The date of the bond shall nat be priar t� tt�e deYe the Contraci is awarded; }'sI�C� dF SECTIOiV � I� CITY OF F4RT WOF27M li STRIV�AR6 CONSTRl1CTION SPECIFICATI(13�! pOCVMEN� R�sea sr���zo2� 1{T'T4V-FS.F"IW.APAISFORTW4RTHIPROJEC7S10�18V0�7-4149DESiGN19-APROJ6CTMAi�lUAl�SPEGiF1CATIONS150°/a�DN60 OD41WBIdProposalV4farkbovk 1 Direct lnquiries/Claims fa: ����� �� ���� �� To QH �o�apiORD Hartfard, Connecticut 06155 ca1C 888-266-3�488 or tax: 86p-767-5835 FtNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 46-601533 � WaPtford Fire Insurance Company, a corporation duly organized under the la�vs of the State of Connecticuk 0 Hartfard Casualty Insurance Company, a oorporation duly organized i�nd�r the laws of the 5tate of Indiana � Hartford Accident and Indemnliy Cpmpany, a corpora#ian duly organized under the laws af the 5tate of Connecticut � Hartford Underwriters Insurance Company, a corpAration duly organized under the laws of the State nf Connecticut � Twin City Flre lns�rance Company, a corporatian duly organized under tlie laws of the State of Indiana �};artford Insurance Campany of fllinais, a corporation duly organized under the laws of the S#ate of illinois � Hartford Insurance Company of the Midwest, a coiporation duly organized under tl�e laws of the Slate of indiana � Hartford Insurance Company of the Squtheast, a corporation duly organized under the laws of the State of Florida having their home o�ice in Hariford, Connacticut, (hereinafter collectively referred to as the "Companies") do hereby make, consiiiute and appoint, up to the amourtt of unlFmited: Charles D. Sweenay, Kyle W. Suveeney, MichaelA. Sweeney, Babby E. Mayo, Elizabeth G1'ay of Ff Worfh, TX k��ir frue and lawful Attorn�,y,(}s)-in-Fact, each in their s�parate c�pacity if mor� than on� is named above, to sign its name as surety(ies) only as delineated above by �, arid to execute, seal and acknowledge any and ali bonds, undertakings, contracts and other wri�ten instruments in the nature thereof, on behalf of lhe Companies in fheir business of guaranteeing the fdelily of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or' permit#ed in any actions or proceedings allowed by law. In Wftness Whereof, and as authvrized by a Resolution of the Board of Directors of fhe Companies on January 22, 200�4 the Companies have caused these presents tn be slgned by its Assistant Vice F'resident 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 thaf ihey are and wiil be bound by any mechanically applied signa#ures applied to i�is Power of Attorney. titrs i`"` ��.�,w `+� ��7tW� ��� � y,4�_�..,,!rr � �'k' ^��*F. •� a � ��RtT a:�44aMr�liaNsi� n 60$� r� a !o�'ura,��"' � Mco�°' d orr � �•'"' a �� 1$d4 .^ d r q7 f T � i��i: � r i �O „ � � � � �rnr�n�v f � he�m�il� �y'^.,i !0'Y�p :i s�• fY7� �6 ��i 'y� $� F�+:� 'F �t� :f... . . •• +F� � ���.. �"y` G9��� <'y� i 9Y4 tr * r�a.•:R\i �roew� yrA'��'�x�� � � ��ih��la�S� �r�ea1M' �:_:. �.� �" �,�.�..�.. =y.�.,. . ..-....i/7/� `^- � Wesley W. Cowiing, Assistant Secretary STAT� QF CQNNECTIGl1T � �S, Hartfor� COUNT1f QF HARTFORD M. Ross Fisher, Assistant Vice �resident On this 3�d day of March, 20fl8, before me personaliy came M. Ross �isher, to me knawn, who being by me duly sworn, did depose and say: that he resides in t�e Co�nty o€ Hartford, Stake af Connecticut; that he is the Assistant Vics President of the Companies, the carporations described in and which executed the abova instrument; that he icnnws the seals of khe said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of #he Boards of Directors of said corporatians and that he sign�d his name tnereto by like aulhorily. { e. �,� J,� �''�, ,��..��J/��. * �� " Scott E. Paseka Natary 1'u6fic CERTIFICATE My Cpmmissipn Expires Octo6er 3l, 20! 2 I, the undersigned, Assistant Vice President of the Companies, DO FiEREBY CERTiFY thaf the above and foregaing is a true and correcf copy of tF�e power nf Attorney executed by said Companies, which is still in full fan;c� �ffr�ctive as of December 15, 2022 . 5igned and sealed at the City of Hartford, � i'f! ti,trs, eq,y, �`uy"�� �tY tlrr� � e� ���f.; ._,�.., o � +. ,�`� p �F � `{ye�r�Ir�i4 �t b�$:j° +lM�$ r ' �"f�� h�c '' � a u i�� F : R� . `F,� $ «�:r'�$g�i t'�. � �Far�� E'^•ti tsT �JJJ c� � a� Yo7a �'- �•� ) sIe � � � n �' +" �,p Pyf �. J�*f1 � q y� }MS� ��� ����� u. i � f 9 � }� �:" �.Ati �narwrt�� yip"*����* f e � �''�y��ii�ori� �inu+' `�r +�.. .. ..-�i?h7`. r . ,.�. m _. �... .__..,.., .�'� ,/ ! �, 1. Gary W. Stumper, ,Assistant Vice Fresident PAGE IS LEFT BLANK 7NTENTIONALLY 4a 43 37 VEN�OR COMALEANC£ TO S'iAT�, LAW Page 1 ot i s�crtt�� o� a� sr VEN�OR COMPLIANG� i0 STATE LAW NON RESI�ENT 610DER Texas Govemm�nt Code Chapter 2252 w�s adopted fpr the award af contrac#s to nflnresiden# bidders. This law provides that, in ord�r to be awarded a con#ract as }ow t�idder, nanresident bidders (out-of-siate cQntractors wh�ase corporate o#fices or principal p{ace of business are outside fhe State of Texas) bid proj�ets far s�nstruction, improvements, supplies or s�r�ices in Texas at an �mou�i lower than the taysresf �'exas resfdeni bidder 6y the same amvunt that a Texas resirtent bidder would b� required tQ und�:r6id a r�onresicEent bidder in order �o obtain a aampa�able contract in the 5tate which the nonr�sident's principal place of business is located. ihe appropriate blanks in 5ectlon A must bs filEed out �y ail nonresident bidd�rs ir� order far yaur bid to mect specifications. The failure of nanresident bidders tca da s0 wifl automaticalty disqualify th�t bi�ider. Resident hidders must check the bax in �e�tion 8. A. iVonresident bidc#ers in the St�ie of our principal p{ace af bu��ness, are required Eo be p�rcent lower #f�a� resident bidd�rs by State Law. A copy of the st�tute is attached. Nonresidenf bidders in tF�e State flfi , our pr[ncipal place of business, are not required to und�rbid resident bidders, B. The prfieipsE plac� ai bu�iness of R��r comAany or aur parent c�mpany ar majarity Qwrter is in the �ta#e of Texas. ��.�� v.Y—_. 81�DER: Humphrey & Morton Construction Ca�pany, I�c. P� Bax 8057 � Fort Worth, 7exas 7&924 C1�iD (lF SEC�TIC��1 CtTY OF FORT 1+slOFiTN Sl'ANDRR[1 CClN8TRl3CTION SPECIFICRT[ON �OGUMENTS Fisvised 91341�423 00 41 00 Bld Proprssal Warkbaok ihFTW-�S.F7W.APAl1FORTWDRTFtiPR�JECT51Q3t81t�87-(11191]ESiGN19-4PFtOJECTMRNURL SP�CIFiCA710h�816Q%IB1V06 PAGE iS LEFT BLANK INTENTIONALLY 00451I -1 BIDDERS PREQUALIFiCATION� Page 1 of 3 �ECTION OQ 45 if BIDDERS PREQLTALI�'ICATiONS 1. 5ummary. A Bidder or thei� designated subcontractars are required to be �requalif"ied or have applied for prequalif'ication by the City for the work types requiring prequalif`ication prior to submitting bids. To be c�nsidered for award of cqntra�t the Bidder must submit Section QO 4S 12, PREQUALiFICATION STAT�MENT for the vvarlt type{s) I�sted witi� their Bid. An.y contractax or sc�hcontractorwhn is not prequalified fbr the war� type(s) listed must subtnit S�ction 00 45 13, PREQUALIFICATION APPLYCATION in accordance with the requirements belaw. The informatian must be submi#ted seven {'� days prior to the date of the apening of bids, Subco�tractors must follaw the sanrze timelinas as contractoxs for ohtai�aiz�g prequaJif'zcation review. Bidders or Subcontractors vvho are not prequalified at the time bids are op�ed and re�iewed may cause the bid to he reJected. The prequali�'ication process will estabiish a bid limit based on a technical evaluation and financial analysis of t�e contractor. For example, a contractor wishing to submit bids on projects to l�e opened on the 7th of April must �le the information by the 31 st day of March in order to eligible to work on these projects. In order ta facilitate the approval af a Bidder's Prequalif�icaiion Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (l) Classified Balance Sheet {2) Income Statefnent {3) Staterz�ent o�' Cash Flows {4) Statement of Refained Eaz�ni�gs {5) Nates to the Fit�anci�l Statemenis, if'any b. A certified copy of the firm's or�anizational documents {Corparate Charter, At`ticles of Tncorporation, Arti�les of Qrganizatio�, Cert�cate of �orma�ion, LLC Regulations, and Cea•tif"�cate of Limr�ed Partnership tlgreeznent). c. A corzapleted Bzdder Pz�equa�iiication Application. (1} The �'u-m's Texas Taxpayer ldex�tif'ication Number as issued by the T'exas Comptroller of�'ublic Aceounts. To obtain a Texas Taxpayer ldentif"ication number uisit the Texas Comptroller af Public Accounts onlir►e at the following web address www.window.state.bf.us/taxperrnit/ and fillout the app�icatian to apply for yQur Texas t� ID. (2) The fzrm's �ma11 address and fa.�cnumber. {3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by t17e City for required reporting on Federal Aid projects. The DLINS number may be obtained at www.cinb.com. d. Resumes ra£lecting tl�e canstruction. �xpe:rieaace of tb.e prriz�.ciplas of t}�e fi�m fox fu-xns subxnitting their initial prequal�ication. These resunnes should inelude the size and scope of the work performed. e. Other informa�ion as requesteti by the City. 2. Preqaalification Requirements a. Ftraancfal Stat�ments, Financial statementsubmission must be provided in a�cordance with the following: (1) The City r�quures that the original Finane ial Statement or a c ertified copy be submitted far consideration. C1TY OF F4RT W ORTH WESTCREEK CHANNEL MAINT�NANCE STANDARD CONSTili1GT10N SP�C]FICATIO�I T3UCUMENTS CITY PR07ECT NO. 1U30G0 Revised August 13, 2021 Dd 45 11 -2 $IDDERS PRF�i1ALIFICATEONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by au independent, certified public accountin.g firrn registered azid in good standing in any 5tate. L�rrent Texas statues also requue that accouzating firxx�s perforzn.ing audits or reviews on business entities withm the State of Texas be properly licensEd or registered with the Texas State Board ofPublic Accountancy. {3) The accounting %rm should sta�e in the audit report or review whether the contra�Eor is an individual, corporation, or limited liabiliry company. {4) Financiai Statements must he pxesented in U. S. dolIars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certifedpublic acc.ountant as independent who is not, in fact, independent. (6} The accountant's opinion on the finaneial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in. the United States o�America, This must ba stated in the accountiung firm's opinion. It should: (1} express ax�unqualified apinion, or {Z) express a qualified opiuxion on the statem�nts taken as a whoIe. (7) The City reserves t13e right to require a new statemen� at any time. {8) The f�nancial statement must he prepared as of the last day of any month, nat more than one year p�d apd r�ust be an fil� with t�ae City 16 �onths th�reafter, iva accordazace with Paragragh 1. {9) The City will determine a con�i-actor's bidding capacity for thepurposes af awardin� con�iracts. Bidding capacity is determined by multiplying the positive nei working capital (w orking capital= curreni assets—cun-ent liahilities} by a factor of 10. Dnly those statements reflecting apasitive net working �apital positian wiil be cansidered satisfactory for prequalif'icatian purposes. (10} In the case that abidding date falls within the time a uevv funancial s tatement i� be3ng pre�ared, the previous statement shall ba updated w ith proper verification. b. Bidder Prequalification Applicatxor�. ABidder Prequalification Application ta3ust be submitted along with audited or reviewed financial statements by firms wishicjg to b� efigible tQ bid on all classes of construction and rnaintenance pz'ajects. Incomplefe Applications will be rejected. (1) In those schedules wher� there is nothing to report, the notation of "None" ar "N/A" should be inserted. {2) A m;n;mum of five (S) references of related wor� must he provided. (3) Submissian of az�. equipmen� sehedule which indicates equipment und�r ib.e c ontrol of the Gontrac tor and which is related to the type of work for which the Gontactor is seeking prequalification. The schedule must include the manufacturer, modeI and general eommon description of eacli piece of equipment. Al�bre�iations or means of dascxibiag equipment other than provzded above wiill ztot be accept�d. 3. IIigibility for Award of Contract a. The City sha]I be the sole ji.7dge as to a conta�actar's pr�qualification. b. The City may reject, suspend, or modify any prequalificatian for failuxe by the contractor to demonstrate acceptable financial ability or perforzz�ance. c, The City will issue a letter as t4 the stat�.is of the prequalif'xcation approval. CETY OF FORT WORT�I WESTCREEK CtiArTN[EL lvlA_AVTEIVANCE STANI�ARD CONSTRUCTION 3PECIFICATION DOCUM�NTS CiTY PROJECT hIO. 10306Q Revised August i 3, 2021 00451] -3 BA��ERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor vvrll be eligibl� to perforrr� the prequali.fied work t�pes untilthe e�piration date stated in the letter. END OR SF.CTION CIi'Y OF FORT WORTH WESTCREEK CHANNEL MAINTENANCE STAi+lDARD CO]VSTRUCl'ION SPECIFICATION DOClIMENTS C1TY PROJECT NO, ]0306U Revised August 13, 2021 aoasa�-� CONTAACTORCOMPLIA3�ICE W[TH WORKER'S COMPEI�SATION LAW Page 1 of 2 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 l7 18 19 20 zi Za 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTION (�0 45 �G CONTRACTOA COMPLIANCE WITH WORKER'S COMPENSATI�N LAW Pursuant ta Texas Labor Code Section 406.Q96(a), as amendad, Contractar certifies that it pravides worker's compensation insurance coverage foj• all oi its employees empiaycd on City Project No. 103060. Contractor further certiiies that, pursuant to Texas Labar Code, Section 406.096(b), as amended, it will provide to City its subcantractar's certificates of compliance with worker's compensation coverage. CONTRACTOR: Humphrey & Morton Construction Company, Inc. Company PO Box 8057 Address Fort Worth, Texas 76124 City/State/Zip THE STATE OF TEXAS CQUNTY OF TARRANT § � ;� gY; Josh Gill �� � (Plea�e P��f� Signat�re_ .��� -- _ /` ' / Title: Vic�'Presider�t �� � (PIea�r��iif BEFORE ME, t�e undarsigned authority, on this day persanally appeared ,jc�n_. ��� , known ta �ne to be the person whose name is s�bscribed to the foregoing instrument, and acknowledged fio me thai he/she executed the same as the act and deed af �iur►��,+�w� �' {Ylo C% r� �,�� G�] i'� far the purposes and eansideration there�n expressed and in the capacity therein stated. GIVEN�v DER MY HAND AND SEAL OF OFFICE this 3�" day of ,�„ri 1 , 2QZ'� � �� � Notary Public in and far the State of Texas END OF SECTION �..jOhIpV h44 f�Gil� fVl� 17PM[�O j1j �� Notary Pubrlc� stete ofT�xes �� My CammfssEon Explrea a�s` M 17, 2028 . N0�'� I����?�-2 ,�. .,•��, CITY OF FdRT WDRTH WESTCR�EK CHANNEL MAINTEN�INCE STANDARD CON3TRUCTION SPECIF[CATION I7(?GUMENTS CITY PROJBCT NO. 10306U Revised 7uly 1, 2011 F:1PRD]SCT5103 1 61067-0 119 D�SIGM91t PRO.TECT MANUA4 SPECII�ICATIONSIIO�^11I17 V 0�1tl0 45 26 COA'?RAC"POR COMPI.IANCE WITH WORKERS COMPEIdSA770N LAW.bOC Q04526-2 CbN7'RACTOR COFv�PLIANCE WITH WpRKEEt'S COMPENSATION LAW Page 2 of 2 1D 11 12 PAGE IS LEFT BLANK INTENTTONALLY CITY OF FORT WORTH WE$TCREEK CHAiJNEL MAINTE[�TANGE STAn'TJAiZD CONSTRUCTIOl� SPECIFICATION DOCUIVIENTS CF1'Y PR07ECT NQ. 10306D Revised July 1, 201 l F:\PROSECTS109181{167�A159DES1GN194PROlECThL4N[7AL SPPCIA[CATIONS5100%5DiV9610 0 45 76GONTIL4CTqRCOMI'LIANCEWITMWORKER5 COMP&NSATIONLAW.UOC 00 45 40 - 1 Husiness Equity Goal Page 1 of 2 SECTION 00 45 4Q Business Equity Goal APPLICATION OF POLICY If the total dollar value of the contract is $ l Ob,60Q or naore, tk�en � Buszness Equity goal is applicable. A Business Equity Firm refers to cerkified Nli�a+ority , andlor Women-, owned Business Enterprises (MIWBEs). POLICY STATEMENT Tt is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement af all goods at�d services. All requirements and regulations stated in the City's Business Equity Ordinance No.25155-] 0-202 J., (replaeing Ordinance No. 24534-11- 2020 {eodified at: htt�s://codelibrarv.amle�al.com/codes!$vvorthJlate�tffkworth �/0-0-0-22593) apply ia this bid. BUSINESS EpUITY PR03ECT GOAL The City's Business Equity gaal on this project is 25% af the total 6id value of the contract (Base 6id applies to Parks and Comrnuniiy Services). METHODS TO COMFLY WITII THE GOAL On City contracts where a Business Equity Goa1 is applied, nffezars are required to comply with fi.�e City's Business Equity Ordinance by meeting ar cxceeding thc above sfated gaal oz' otherwise comply with the ardinance tt�raugh one of the following methods: 1. Cammercially useful servic�s performed by a Business Equity prime contractor, 2. Business Equity subcontracting parficipation, 3. Combina�ion of Business Equiiy prime services and Business Equity subcontractiung partacipation, �#. Basiness Equity Joint Venture/Mentor�Protege parYicipatian, 5. Good Faikh Effort documentat�an, or 6. Prime contrac#or Waiver documentatian. SIIEMITTAL OF� REOi]IRED DOCUMENTATION Applicable documents (listed below) must be received by the P��rchasing Di�vision, OR the offezor shall EMATI, tl�e �usiness Equity documentation to the assigued City of Foi�t `7Varth Pro�{ecfi Manager or Departrnent Desi�.uee. Documents are to be received no later than 2:00 p.m., on the thi�-d City business day after the �id opening date, exclusive of the bid opening date. The Offeror ffiust submit one ar mare of the foIlowing documents: 1. Utilization Form and Letter{s) o� Inient, if the gaal is me# or exceeded; 2. Good Faith Effort Form and LTtilization Farm, including supporting docu�mentation, if participation is less than stated goal, or no Business Equity participation is accamplished; 3. Prime ConEractor Waiver Form, i.ncIuding supporting docuznentation, if the Offeror will perforxn all subcantractinglsupplier oppo�tunities; or 4. Joint VenturelMentor-Protege Form, if goal is met or exceeded with a Jaint Ventuxe oz' Mentor- Protege participatian. These farms can be found at: Business Equity Uiilization F�orrn and Letter of Intent httus://apps.fortwar�thtexas. �ov�ProiectReso�lrces/ResourcesP/6Q%20- °/n2QM WBEINEW%20Business%20Ecruitv%200rdinanceSt�siness%20Epuitv%20Ut�lizatian%2QForm. � - - Lettex pf 7�te�t httns;//anbs.fortworthtexas.�ovlProiectKesaurces/ResourcesP/50 - MWB.E/NEW Busincss Equitv Ordina�ce/Letter of Intent-2�2l.bdf CITY OF FORT WOI2T�i WESTCREEK CHANNELMAINTEI�ANCE STANI)ARD CONSTRiICT10N SPECIFICATION DOCLTMENTS CITY PR07�CT NO. 103060 Revised Oetober 27, 2021 F:IPROIECI'S1D31810fi7-DE19 DESIGM9-0 I'ROJECT t+4AlVLIrtL SPECIFkCAl'fONStf 0036U3IV 66100 45 40 SIISINESS EQUl7"Y' pOAL 7dP�W.�OC 004540-2 13usiness Hquity Goa[ Pa�e 2 of 2 Business Equity Good Faith Effart Form httus:l/ax�ps.fortw�rthtexas. �o�IPro i ectResourceslResoureesPl6D%20- %20M WB�/NEW%20Business°/n20Eauitv%2QOrdinanceBusiz�.ess%20Eauitv%20Good%20Faith%20Ef fort%20Form.ndf � � - - Business Equity Prime Contractor Waiver Form httns:l/abns.fortworthtexas. �ov/Pro i eciRes ources/ResaurcesPlSO°/n20- %20MWBE/NEW %20B usiness°/fl20Ea uitv%200rdinancelBusiness%2pEpui tv%20Prim�%20Cor�txaclor %20Wait+er.�df _ " � . Busiuess Equity Joint Venture Form hEt�s:/la pps.fortworthtexas.�ov/ProiectRe�ourceslResourcesF/60%20- %2aMWBElNEW%20Business°/a20Eauitv%2flOrdinaneeBusimess°/a20Eauitv%20Joi�t%20Venture.ndf FAiI.UR� 'I'O ACHIEVE THE GOAL OR OTAER'WXSE COMPLY WITH THE ORDINANCE WII,L RESULT IN THE BIDDERIOFF�RORBEING DECLARED NON-R�SPONSl.V� AND THE �ID RE.T�CTE�. FAILURE TO SUSMCT 'I"HE R�OUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WFI,L R�SULT IN TH� BID B�ING DECLARED NON- RESPONSIV�. THE BID RE.�CT�D AND mAY SUB�ECT T13E �IDDERiOFFEROR TO SANCTIONS AS DE5CRIBED II�T SEC. 20-373 OF TftE ORDINANCE. For Qaestions, �lease Cantact The Business Equiiy Divisian of the Departrnent of Diversity and I�nc�usian at (SI7} 392-26'74. END OF SECTION CTTY OF FORT WORTH WESTCREE,K CHAIVNEL MAINTE[�fANCE STAI�[DAIZD COIYSTRUGTION SPECIF�CAT[ON DOCLJMENTS CITY PROJ�CT NO. 103U64 Re�ised Dcto6er 27, 2p21 F:1PR4.I&CT51031$1067�A ] 19 �ESICiN59-M1 PEt01LC'f MANUAL Sk'CCIPICAT{ONS1 LOd^11DIV pp100 45 40 B[7SINESS EQlATY GOAL t� W.FOC OQ 52 43 - I Agreement Page l of6 SECTION 00 �2 43 AGREEMENT THIS AGREEMENT, autharized on March 21, 2023 , is made by arad between ti�e City of Fort Worth, a Texas home rule r�w�icipality, acting by and through its duly authorized City Manager, ("City"), and Nurnphrey and Morton Cans#ruckion Company, Inc. , a.uthorized to do business in Texas, acti�g by and through its duly authorized representaiive, ("Contractor"). City and Contractor may jointly be refer�•ed to as Parti�s. City and Contracior, in consideration of the mutua.I covenatzts hereznafter set fortla, a�ree as follows: Ar�icle 1. WORK Contractor shall cornplete all Wor�C as specified or indicated in the Contract Documents �ar the Project iden�ified herei:n. Articl� 2. PROJECT The project for which the Wark under the Cantract Docu:tzaents may be the whole or only a part is generaIly described as fallows: Westcreelc Channel Mainfenance Citv Proiect No: I03064 Article 3. C4NTRACT PR.ICE City agrees ta pay Contrackor £ar perforz�ance a£ the Wark in accordance with the Contract DoCuments an alnOutlt, in current funds, O�Two Million Three Hundred One Thausand Seventy Do��a.YS {$ 2,301 A70.00 ). Contract price may be adjusted by change orders duly au�liorized by fh;e ParEies. Article 4. CONTRACT TXME 4.1 Fina1 Acceptance. The Work shalI be camplete �or Final Acceptance witk�.in 365 days a�ter the date when the Con.tract Time commences to ruz�, as provided in ParagFaph 2.02 of #he Creneral Conditians, plus any extension thez'eof alIowed in accordance with Article 12 of the General Canditions. 4,2 Liquiclated Damages Cantract�x recognizes that time is of the essence %r cornpletioa of Milestones, if any, and to achieve Final Acceptance of the Work and City aad the public will sufFer from Ioss of use if the Wark is not completed �ithin the �ime(s) specifed in. �aragraph 4.1 abo�e. The Contractor also recognizes the delays, expense and cl.ifficulties involved in proving ix� a legal �roceedin.g, the actual loss suffered by the City if iiie Work is not completed on time. Accoz'dir�gly, in.stead of requiring any such proof, Coniractor agrees that as liquidated daznages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars �$fi50AQ) for each day that expires after the time speci�ed in Paragaph �.1 fot Final Acceptance until #he City issues the Final Letter of Acceptance. CITY O� ECllZ'I' WORTH WESTCREEK CHAI�fNEL MAiNTENANCE STANDARD CqNSTRUGTION SPECIFICATION DpCUMENTS CITY FRO]ECT NO. 103Q60 Revised 9/01/2Q21 F:IPROIBCT'S107 1 8105 7-0 119 llE51aP119-4 PROtCCl' MN+Il1AL SPHCIFICA77QNSllp6^/cVDN OG10U 52 43 AGRE6MEhT NEW.DOC OOS243-2 Agreement Page 2 of 6 Ar[icle �. CONTRACT DOCUMEN'TS 5.1 CONTENTS; A. The Contract Dacumezzts which comprise the enta.re agreement between Ci�r and Cantractar concerning the Work consist of the %llowing: 1. This Agreement, 2. Attachments to this Agreement: a. Bid Form 1} Proposal Form 2) Vendor Comp�iance ta State Law Non-Resident Bidder 3} Preqaalification Statement 4) State and Federal docucnents (project spec f c) b. Gti.irrer�t Prevai�ing Wage Rate Table c. Insurance ACORD Forn�(s) d. Payment Bond e. Perfartnance Bond f. Maintenance Bond g. Power af At�orney for the Bonds h. Worker's Compensatian Affidavit i. MBE andlor SBE Utiliza�ion Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically �nade a part of the Contract Documents by attachment or, if not attached, as incorporated i�y refere�.� and descrihed in the Table of Contents of ihe Project's Contract Documenfs. 6. Drawings. 7. Add�nda. 8. Documentatican submitted by Contraetor prior to Notice of ,Award. 9. 'Z'he fallowing which may be delivered or issued a�er the Effective Date of the Agrcement and, if issued, become an incoxpox�ated part of the Cont�act Documents: a. Notice ta Proceed. b. Field Orders. e. Change Orders. d. Letter of Final Acceptance. Article b. �NDEMIVIFICATION 6.1 Cantractor covenants and agrees to i�demnify, hald 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 fo arise out o�, the �vvork and services to be performed by the contractor, its of�cers, agents, emplo�aes, subcontractors, licenses or invitees under this contract. This indemniiication �arovision xs sqecifical[v intended to onerate and be effective even if it xs allesed or proven that aIl or some of thc dam��es bein2 sou�ht were caused, in whole or in part, bv anv act, op�ssion or nesli�ence of the ciEv. This indemnity provision is intended to include, witl�ont lxtnxtat�ion, indemnity for casts, e�penses and legal fees incurred by the city in defending against such claims and causes of ac�aons. C1TY pF FORT WORTH VS1E$TCREEK CHANNEL MAINTENANCE STANDARD CON5T1tUCTION SPEC]FICATI(7N DO(;[IMENTS C1TY PR�dECT NO. 1 U3060 Revised 9/01/2fl21 6:SI'ROIL•CI'S1011810G7-Ol\9 D&SIGM9-4 PRO)6CT MANUAL SPFCIFlCAT10N5U00'l61BN ilOt00 SZ 4� AGRE.GNLtJi NL•W.DOC 005243-3 Agreement Page 3 af 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own e�ense, the c�ty, i�ts officers, sex�van�s and employees, from and against any and all los�, damage or desfruction nf pro�erty of the cify, arising out af, or alleged to arise out of, the wor� and services Eo be performed by the contractor, its of�icers, agents, etr�ployees, su�contractors, licensees or invitees under this cout�ract. T�is i�tienani�cation provision is sneci�icallv intended to operate and be effective even if it is alle�ed or proven thai a�l or some of the d�ma�es heins sou�ht were caused, in whole or in nart, bv anv act, omission or neEEisence of the citv. Artic]e 7. M�SCELLANEOUS 7.I Terms. Terms used in this Agreement which are defined in Article 1 of tf�e General Conditian.s will I�ave ihe meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Docucnents may not he assigned by the Contractar without ihe advanced expre5s written consent of the City. 7.3 Succesaors and Assigns. City aiid Contractar each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, ir� respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Sevarability/Non-Waiver of Claims. Any provision or part of the Contract Dacuments held ta ba un.consiitutianal, void ar unenforceable by a court of competent jurisdiction shalI be deerned stricl�en, and all �•emaining provisions s1�a11 continue to be valid and binding upon City and Contractar. The failure of City or Contractor to insist upon the performance of any term or provisian of this Agreement or to exercise any right granted hereir► shall nat constitute a waiver o� City's or Contraetor's respective right to insist upon apprapriate performance or to assert any such righi on any future occasion. 7.5 Govei-ning Law and Venue. This Ag�-eement, ineiuding all af t�e Contract DacuznenCs is performable in the State of Texas. Venue shall be Tarrant County, Texas, or tk�e United States District Caurt for ih� Noithern District of Texas, Fort Worth Division. 7.6 Auiharity to Sign. Contractor shall atiach evidence of autharity ta sign Agreemez�t if signed by someane ather than the duly authorized signatory of the Contractor. 7.7 Non-apprapniation of Funds. Zn the event no funds ar insuf�cient fuzads are apprapriated by Ciry in any �scal period for any payments due herewader, Czty will not�fy Vendar of such occurrence and this Agreement shall te�ninate on the last day of the �scal period for which appropriations were received without penalty or expense to City of any l�ind whatsoevet, except as to the portions of the payments herein agreed upon for wlaich funds have been appropriated. C1TY OF FQRT WQRTH WESTCREEK CHANNEL MAINTENANCE STANDARD CONSTItiICTION SPLCIFICAI'lO1+I DOCUMENTS C1TY PRp,TEGT NO. 103450 Revised 9101l2021 F:5PR016CE'S1031810G7-01Y9 DLSIGM9h PROIECT MANUAL SPECIFICA'f10NS1] 00"55DIV OOIdO 52 45 AGItLisMGtJ'C NIlW_DOC ao sz a� - a Agreement Page �4 of 6 7.8 Px'abuibition On Contracts With Companies Boycotting Israel. Contractar, unless a sole propxietor, acknawledges that in accordance with Chapter 2271 of the Texas Governtnent Code, if Contractor has 10 or more full time-employees and the contract value zs $1 QO,QOQ or �x�.ore, the City is prahibited from entering into a contract with a company for goods or services unless the contract contains a wri�ten verification fraxn the compar�y that it: (1) does not baycott Israel; and {2) will not bnycott Israel during the term af the contract. The terms "boycott Israel" and "cornpany" shall have the meanings ascribed io ihose terrns in Seciion 808.pD1 ofthe'I'exas Gove�tntnent Code. Ey signing this contract, Contractor certifies that Contractor's signature provides written verificatian ta the City that if Chapter 2271, Texas Go'vernment Code applxes, Cantractar: (1} does uat boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.4 Prohibition on Boycotting Energy Co�x�.panies. Contractar acicnowledges that i� accqrc�nce with Chapter �274 of �he Texas Government Coder(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2}, the City is prohibited from cntering into a cantract for goods or services that has a�alue of $100,004 or mor�, whic� vvill be paid wholly ar partly frorn public funds af the City, witla a cotx�paz�.y (with 10 or more fiill-time employees) unless the contract contai�s a wrikten veriizcation from the company that it: (1) does noi boycott energy companies; a�d (2} will not boycott energy companies durin� the term of fhe contract. The terms "boycott energy connpany" and "company" have the meaning ascr�bed to those te�s by Chapter 2274 of the Texas Government Code (as added by Acts 202I, $7th Leg., R.S., S.B. 13, § 2). Ta the extent that ChaQter 2274 of the Govern�en# Code is applicable to this Agreement, by signing this Agreement, Cantractor ceriifies fhat Contractor's siguatuxe pravides w�tten veri�ication to the CiLy that Contractor: (i} does not baycott ene�rgy canupanies; and (�) will not boycatt enargy companies during the te�'�m of this Agreement. 7.10 Pzohibition on Discrimination Against Firearm and Amfnuniiion Industries, Contractor acknowledges that excepl as ptherwise provided by Chapter 2274 of the Texas Gavernment Code (as added by Acts 2021, $7t�i Leg., R,S., S.B. 19, § 1), �he City is prohibited from entering into a contract for goads or services that has a value af $10�,000 or mare which will be paid wholly or partly from public funds of the City, with a campany {with 14 or more full-time employees) unless the contract contai�s a written verification from the company that it: (1} does not have a practice, policy, guidance, or directive that discri�unates against a firearm entity or firearm trade associa�ion; aztd {2) will not discrim_inate during ihe term of the contract against a firearm entity or �reartn trade as�ociation. The tBPTri5 "discriminate," "�LTeaI'Tri entity" ari� "firearm trade as�ociation" have the meaning ascribed to thase terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87tk Leg., R,S,, S.B. 19, § 1}. To the extent thai Chapter 227� of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written vex�i�cation to the City that Contractor: (1) daes not have a practice, policy, guidax�ce, ar directave that discrirninates against a�irearm eniiEy or firearm trade associatian; and (2} wzll nat diserinainate against a�rearm enEify or firearm trade associafion during the term of this Agreenr�en►t. CITY OF FORT WORTH WESTCREEK CHAIVNEF. MAINTENANCE STANDARD CONSTRUC7'I4N 5YECl�'ICATION DOCUMENTS C1TX PR07�GT NO. 103060 Revised 91D1l2021 F:5PROILCTS1a3181067-0119 DLSIGM9-0 PRO)EC7 MIANUAL SPECIFICA"['ION5110d"k\DIV 00100 52 0.1 AGLtC�M�N3' NEW.oOC 005243-5 Agreement Page 5 af 6 7.11 Immigration Nationalit}+ Act. Contt'actor shall verify the identity and employment eligibility of its employees who perfoz-tr� work uuder this Agreemen#, iricluding connpleting the Employment Eligibility Vei•ification Form (I-9}. Upon request by City, Contractor sball provide City with copies of all I-9 forms and supporting eligibility documenta�ion for each employee who performs wark under this Agreement. Cantractor shall adhere to all Federal and Stat� laws as well as astablish appropriate procedures and contr��s so that no services will be pez�armed by any Caatractor employee who is not legally eligible to pe�ornn suck services. CONTRACTOR SIIALL IlVDEMNIrY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABn.,ITIES, OR LOSSES DUE TO VIOLAT�ONS OF THXS PARAGRAPFI BY CONTRACT�R, CONTRACTOR'S EMPLOYEES, SLTBCONTRACTORS, AGENTS, OR LICENSEES. City, upon writter� notice to Contractor, shall have tbe right to immediately tet•minate t�ais Agreennent for violations of this provision by ContracYoz. 7.12 No Third-Party Beneficiaries. This Agreement gives no righ�s ar beneiiis to anyone other than the City and tbe Contractor and there are no third-party bene�czaries. 7.13 No Cause o�Action Against Engi�neer. Cant�actor, its subcontractot�s and equiprn�nt and matei�als suppliers on the �RO.�ECT or their s�.u-eties, shall maintain no direct action against the Engineer, its afficers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from tha engineering services peifaiYned. Only the City will be the beneficiary af any umd,ertalcing by t�e Engineer. The presence o�' duties of the �ngineer's personnel at a constiuction site, whether as on-site representatives ar otherwise, do not make the Engineer ar its personnel in any way responsible for those duties that belong to the City and/ar the City's construction cont�actors ar other entities, and do not relieve the construction c4ntractoz�s or any other ent�ty of their obiigations, dutzes, and tesponsibiIities, including, but not lirnited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all poriions of the construction wark in accox-danee witJa the Cantract Docurnents and any heal.th or safety precautions required by such construction work. The Engineer and its personael have no autharity to exercise any confrol over any construction eontraetor or other entity or their employees in connection with thei�:' work or any heaith or safety precautions. CITX OF FOTtT WOIiTH WESTCREEK CHANNEL MAINTEI�IANCE STANDARD CQNSTRUCT[ON SPEGIFiCATION DOCUIv1ENTS C1TY PRO]ECT NO. 103060 Aevised 9/01/202 [ F:U'ADJECT5163IS1D67-0119 bC5iGM9-4 PRq1F.CT AdqNUAL SP�iC�ICA770NS1100'Y61�IV UO1Q0 5243 AGREEhtiNT NEW,DpC aosza3-b Agreemenf Page 6 af 6 IN �VITNESS WHEREOF, City and Contractor have each executed this Ag�reetz7.e�.t to be effective as of the data subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: ; ��� S1griStLTT� 10Si1 GI�� (Printed Name) Vice President Title 5136 Vesta F'arley Raad Addra�s Fork Workh, Texas 76119 - __ City/State/Zip March 21., 2023 Date City of Fort Worth B�.�, � William.lahnsnn(Ap 3,Z623}3:53CE)Tj William Johnson Assistani City Mazzager Apr 3, 202� Date Attest: �... A .��;�. Janne#e Gaociail, City Secreta.ry (Seal} M��: 23-023D Date: 3/21/2023 Form 1295 No.-2022-9654Q9 Contract Coxnpliance Manager: By signing, I acknowledge that I am the person r�sponsible for the monitoring and administration of ihis contract, including ensuring all performance and reporting requirements. �%'�� �,r�a+s ��....� . � (NAME) (Titl�) Approved as to Fo� and Legality: OBSack(Apr3,' �3A.L:58CRT; Douglas W. B1ack Sr, Assistant City Attorzzey APPROVAL RECOMMENDED: Lauren Prieur (Mar 13. 0731.5:07 C. Mj Lauren Prieur, Director Transpoz�tation & Fublic Works Department C1TX OF FDI2T WORTH VV�STCR�EK CiIANNEL MA]NT�NAT[CE BTANDAI2D COI�TSTRUCTiO�T SPECIE�ICATIOl� DOCUMF7+[TS CITY PROdECT NO. 10306p Revised 91D112021 F:1PROd�LTS11I3 1 610 67-0119 D&SIGN19-4 PBQ]ECT MfAIYIIA[. SPECIFTCATTOiY511�9%1DIV OOIAO 52 43 AflRB@A�IVT I.HW.�OC 10 1] 12 PAGE IS LETT BLANK INTENTIDNALLY ODGI 13-V PERFORMANCE BOIVD Page 1 of 2 Bond No. 46BC5HZ1881 1 2 3 4 5 G 7 8 9 1(l SECTION 00 6i 13 PERFORMANCE BOND TH� STATE �F T�X.A,S § § KNOW ALL BY TH�S� PR�S�NTS: COiTNTY OF TARRANT § That we, Hui��phrev & Mpi�tnn Constructioi� Con�panv. Inc, , lci�awi� as "Principal" herein and Hai�Fard Fire Ins�.�ranee Comuanv , a co��porate stirety{sureties, if mo3�e than one) duly authorized to do b��siness in the 5tate of Texas, lcnown as I 1 "5urety" herein (whether one or �nore), are held and firmly �ound unto the City of Fort Worth, a I2 municipal corporation created pursuant to the laws of Texas, Icnowi� as "City" l�er�in, in the penal 13 sum of, Two Million, Three H��ndred One Tllousand, Seventv Dollars & Zero Cents 1 �4 15 16 17 ($2.301,070.00�, lawful money ofthe United States, to be paid ii1 Fort Warth, Tarrant Caunty, Texas for th� payment of which su�n well ai�d truly to be �nade, we bind ourselves, our I�eirs, executors, adininistz•ators, successors and assigns, jointly ai�d severally, fi��mly by these presents. WH�ItEAS, the Frincipal l�as enteeed into a certain wriften contract with the City l S awarded the 215` day of Marel� , 2p 23 , wllicl7 Cantract is l�ereby 19 referred ta a��d made a pai�t l�ereof for a!] put•poses as iffully set fo►�t11 herein, to fi�i-nish� al] 20 materials, eqtiipment labor and other accessories detined by {aw, in the prosecution ofthe Wo��k, 21 incltiding any Cl�ange Orders, as provided fo�• in said Contract designated as Westcreek Cf�annel 22 Maintenance, Citv Proiect No. 103D60. 23 NOW, THEREF�RE, ti�e condition of this obiigation is s�►ch that if the said Principal 24 shall iaithfully perforin it nbligatio��s u»de�� the Contraet and shal) in all respects duly a��d 25 faithfi�lly perform the IWprlc, ineiuding Change Orders, tmder the Contract, according to the pEans, 26 specifications, �nd conteact docLunents tl�erein referred to, and as well d�u-ing airy period of 27 extensipn of the Contract t17at i�ay be granted on t1�e part of the City, then this obligation shall be 2S and become null and Woid, otherwise to ren�ain in fi�31 force and effect. 29 30 PROVIDED FURTH�R, that if a��y legal action be filed an t1�is Bond, vei�ue shal� lie in Tarrailt Cqunty, Texas o�• tl�e United States District Coui�t for the Northern District of Texas, Foet 31 Wo��tit Division. CI7'Y OF I'dRT WOCi'I'H Weslcreek Chan:iel Mainlen�nce STANDARD CONSTRUCTIDN SPCCII'ICAT[pN �OCUMENTS Cily Prpject Nc�. 103060 Re�ised.fuly ], 2pl ] 00G1 13-2 YERFORMANCESOND Page 2 of 2 Band No. 4GBC5HZ1$81 This bo�id is made and executed i�� compliance with tl�e provisions af Chapt�r 2253 of#f�e 2 3 � 5 6 7 $ 9 10 11 12 l3 14 15 16 17 18 ]9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 Texas Go�ernment Code, as amended, and all ]iabilities on this hond shall be deter�nined in accordance wikh the pt�ovisions af said statue. IN WITNESS WHEREOF, ti�e Pri�icipal a�id the 5urety have SIGNED anc� SEALED tl�is instrument by duly atrthorized agents and office�•s on this th� 21 S' d•�f March , 20 23 . � ATTEST: { • pa Secretary Witness as to �'yfncipal � � �- = �: x_ , l _ �: . '(LC-' �' Witnes'� as to Si�rety E3izabeth Gray PRINC�A1,: HUM�rIREY 8c I�RTON � . C�iSTRU�T10� COMP�IY; C. � r ' BY: 5i �ature � � � . � Josh Gill, Vice PresidEnt Nan1e and Title Address: P.O. Box 8057 Fort Waath, Texas 7G L24 SUR�TY: HAR'FFORD FIRE INSURANCE CDMPANY _. . A A � �i.�/ /~.��. _ bign�ture �. Kvle W. Sweene�. Attornev-in-Fact Name and Title Acldress: 30dQ I��ieri�et [31�d. Suite 600 Frisco, Texas 75034 Telephone NLun ber: 469-287-1 Q23 *Note: If signed by an off cer of tlle Surety Coir�pany, there n�ust be on file a certified extract froin the by-laws showing that this persan has authority to sign such obligation. lf Surety's physical address is differenk Fi•om its mailing address, �oth must be provided. Tkze date nf the bond sf�al] nat ba prior to #l�e date tl�e Conh�act is awarded. crry or rox-r worc•rH STANDARD CQNSTRUCT[bN SPCCiF[CATION DOCUMENTS Revised.liily l,2D11 Westcreek ChRnnel Maintenance Cit�� Project No. 10306D ao �> >a - t PAYMCFVT aDIVD Page 1 01�2 Bond No. 4GBC5HZ1881 1 2 3 � 5 G 7 TH� STAT� OF T�XAS COUNTY OF TARRANT SECTION 00 6i 14 PAYMENT BOND § § KNOW ALL BY THESE PRES�NTS: § 8 Tl�at we, Humphrev & Mot•ton Const�•uction Companv, Inc. , known as "I'rincipal" 9 he�•ein, and Ha��iford Fire Insurance Comnanu , a corparate si��'ety 10 (sureties), duly autho�•ized to do business in the State of Texas, lcnowi� as "Surety" fierein 11 (whether ane or inpre), ve held and firmly bou�id unto the City of Port Worth, a mti�nicipal 12 corporation created purstilant to the laws of the State of Texas, lcnovvn as "City" herein, in the 13 penal stnn oi Tuvo Million, Three Hundred One Thoc�sand. 5e�entv Do�lars & Zero Cents 1�4 ($2.301,070.00), ]awful inoEley of the United States, to l�e paid in Fflrt Wortll, Tarrant County, 15 Texas, For tf�e payinent of which s«m well and truly be made, we Uind ourselves, ot��• heirs, 16 executors, administf•ators, successors and assigns, joincly and severally, fi�mly by these pi•esents: ]7 WH�R�A�, Principal ha� entered intfl a cei•tain written Cont►•act with City, awarded tl�e 18 _2151 day oF March , 20 23 , which Contract is hereb� �•eferred to and made a pa�•t ] 9 hereof for all purposes as �f fully set fo��th herei�i, to furnish all i�aterials, eqL�ipment, labor and 20 okl�er accessol•ies as defined by la�v, in tlle prosecution of ti�e Work as pravided %r ii� said 21 Contract and des��naied as Westcreek Channe] Maintenance, Citv Proiect No. 103060. 22 NOW, TH�R�FORE, TI�E CONDITION OF THIS OBLIGATION is s��cl� tE�at if 23 Principal shall }�ay all monies owing to aily {and all) payment bond beneficia�-y (as defined in 24 Chapter 2253 of th� Texas Government Code, as �mended) in the prosecution of tl�e Work under 25 the Contract, tl�en this obligation shal] be and become null and void; otl�erwise to �•e�nai�� in full 2G fo�•ce and effect. 27 Tllis bond is i3�ade and execuked in compliance with tl�e pro�isio��s of Chapter 2253 ofthe 28 Texas Goveeninent Code, as amended, ai�d �II liabilities an tflis bond shall be determined in 29 accordance with the provisi�ils af said statute. 30 CiTY OF FOR"f WOR7�H Wesicraek Channel Maintenance S'T'ANDARI] CONSTRUCT]pT�l 5Pi'C[P1CAT[ON DOCUIv1�:NT5 Ciry Project No. ] 03060 Revised duly l, 20] I ooU� �a-z PAYMCiJT BOND ['age 2 o F 2 f3aE�d No. 46I3C5HZ1881 1 2 3 IN WITN�SS WHERCOR, the Principal and 5urety have each SIGNED and SEALED this instrument 6y duly authorized agents and officers on this the 2151 day of Marcli , 20 23 . ATTEST: {Prin ` I) eeretary , , 1._ _ Witnessras to Fr�ncipal n SUR�TY: HARTFQRD FIRE 1NSURANCE COMPANY ATTEST: �� ``��- �� (Surety) Secretary Wesley W. Cow]ing � PRINCIPA�,: � �f HUMPJ�EY & Mf'�RTON COI�TRUCTi G0'A� NY, % ,i f�- . BY: � '� � Si�n w•e 1q��i R, Gill, Vid �ame and Title Address: P.O. Box 8057 Fprt Warth, Texas 76l24 , r — i �j BY: ��"�t"��f� C��c Signature �- � Kvle W. Sweenev, Attori�ey-in-Fact Name and Title Address: 30Q0 Internet Blvd., 5uite 600 F'risco, Texas 75034 � ' . Witnes s to Surety Elizab Gray 4 5 6 7 8 9 � � Telephoize Number: 469-287-1023 Note: if signed F�y an pffcer of i�e Surety, ther� must be on file a certified extract from tlle bylaws sllowing t1�at tllis �erson has authority to sign such abligarion. If Surety's pl�ysical address is diff'erent fi•om its mailing address, both �nust be provided. The date ofthe bond shall nat be �rio�� io the date t[}e Cantract is awarded. END OF S�CTION crry or• roRT woRTr� STANDARD CDNSTRUCTION Si'ECIFICAT[ON DOCUMEN'fS Revised Jtdy l, 2d 1 I Westereck Cliamiel Mainten�nce Ciry Project No. 1 D3�G0 {1�G119-I MAINTENftNCG dpND Page 1 at' 3 Bond No. 46BCS1-IZi 881 I 2 3 4 5 6 7 TH� STAT� OF TEXAS COUNTY OF TARRANT SECTIQN 00 61 J 9 MAINTENANCE BQND § § KNOW ALL BY THES� PRESENTS: § 8 That we Hutnphrev & Morton Constr«ctio�� Cor�uanv. Inc. , known as "Principal" 9 kleeein and Hat•tford Fire lnsin•ance Coinnanv , a corporate su��ety (sur�eties, if ] 0 moi•e than one) duly auti�orized to do business in the State of Te�as, knawn as "Surely" herein 11 (wl�etl�er on� or more), a��e held and firmly bo�md unto the City af Fort Wort1�, a inuiiicipa] 12 corporatipn created puisua�it to the lav�s of the 5tate of Texas, known as "City" herein, in the sum I3 Qf Two Million, Three Hundred One Tho«sand, Seventv Dollars & Zero Cents !$2301.D70.pQ) I4 l�wfill inoney of the United States, to be paid in Fo�•t Wot�th, Tarrant County, Texas, for payme»t 15 of w[�ich sum well anci truly b� rnade unto the City and its successors, we l�ind ourselves, oL�r 16 heirs, executors, administrators, s��ceessors and assigns, jointly and severally, f E�mly by these 17 presents. 18 19 WHEREAS, the Principal has entered into a certain writie» co�itract with the City awarded 20 the 21 g' day of March , 20 23 , v�l�ich Contract is ��ea•eby referred to and a 21 made part hereof for a[l purposes as if fulJy set fortl� herein, to fiu•nis11 sll n7ate�•ials, equi�ainent 22 labor and other accessories as defiitied by law, in t11e }�rosecL�tion of the Wor3<, including any 23 Wor•lc resulting fi-om a duly authorized Clia��ge� Order (collectivcly Ilerein, tt�e "Wor]<"} as 24 provided for in said contract and designated as Westcreek Channel Mainter�ance. Citv Proiect No. 25 ] 03060; and 26 27 WHEREAS, Princi�al binds its�lf to use such mateeials and ta so construct the W'ork in 28 accordance with tEze plans, specifications and Contract Documents t[�at tl�e Wor•1< is and will 29 i•emain f1•ee fi�om defects in materials or woi•kmansl}ip for and during the perind of tr�ro (2) yenrs 30 after the date of Final Acceptance of the Worlc by tl�e Ciky ("Maintenai�ce Period"); and 3i 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 u�an r�ceivi�lg notice from the City of the need tliereofat any time within tl�e Maintenance 3� Period. C1TY OF FORT WORTH Westcreelc Ch7nnel Mainten�ilee STAlVD�1RD CaNSTRUCTION 5PL•CIFiCAT10N DOCUMC]VTS City Pro.{ecl iVa. ] 030b0 Revised,luly 1,2011 QOGI 19-2 [v1A1N'fENANCL ]�pND Page 2 of 3 Bond No. 46BC5HZ1881 l 2 3 4 S G 7 S 9 la �� ]2 13 1 �l 15 16 17 l8 �� 20 NOW THER�FORE, t17e candition oftl�is obligation is suck� that if Principal sl�all remedy any defective Work, for which ti�nely natice was provided by Gty, to a completion satisfactnry to t11e City, th�n this obligation shall become null and void; othe��wise to remain ii� fitl] %rce and effect. PROVIDED, HOW�VER, if Principal shall fail so to repair ot• reconstruct any timely noticed defective Work, it is a�reed that the City may ca�ise any and al l such defective Wark to be repaired and{or reconstructed witl� ail associated costs tllereof being borne hy the Principal and the Surety uiaderthis Mainteiiance bond; and YROVIDED TURTHER, that if any legal actio�l be fiied on this Bond, venue shall lie in Tarrank County, Texas or the United States District Court for fil�e Northern District afTexas, Fort Worth Di�ision; and PROVIDED FURTHER, that this obligation shal] be contin�ous in nat�u�e �nd successive recoveries may be had hereon for sueeessive breaches, CI7�Y Or �ORT WORTH STANDARD CONSTRUCTlq1V SPGCIJ=lC�1TlON DOC[]Mf'�ITS R�vised,f��ly 1,2U11 1�restcmek Channel Mairtitenance C i ly Pra,ject �lo. 1 U3QG4 . OUGI 19-3 MAINTL=NAIVCE BOND Page 3 of 3 Bonci No. 4hBCSHZ1881 1 IN WITN�SS WHEIZ�OF, the Principal and the 5urety have eacl� SIGNED and S�:ALED il�is 2 instr�uinent by duiy authorized agents and afficers on this the 215' day af March , 20 23 3 4 5 6 7 8 9 10 ll 12 13 1� 15 1G 17 1$ 19 20 21 22 23 24 25 2G 27 28 29 30 �r 32 33 34 35 36 37 38 39 40 ATTEST: (Pr pal ecre a�•y 4 ' , _ ,' , t Witness a� to Prin�c�al ¢ ATTE ST: �� �. �""�-,,� (Surety) Secreta�y Wesley W �Cowling , • l, i � ._.T� _ � � Witness to 5urery �lizabeth Gray C P3�1NCI1'.4�s. �� HUMP,H'fZEY & RTON / CO��TRUCTI C A , IN , , � � � BY":-, ! gnatu�•e � i � Josl� lf. Gill, Vice President � Nan�e and Title Address: P.O. Box 8057 Fort 1Worth, Texas 76124 SURETY: Ht�RTFORD FIRE 1NSURANCE COMPANY � _r � � CiY: `FI� = �, � �gnature ' Kvle W. Sweenev, Attor�iev-in-Fact Nanze and Title �ldda•ess: 3000 Jnternet Blvc�., 5uite 600 Frisco, Texas 75034 Tele}�ha31e Nt�n3ber: 469-287-1023 *Note: lf si�ned by an officer of the Surety Company, there must be on file a ce�-tified extract fi�om the by-laws showing tl�at tl�is person l�as au#hority to si�n such obligation. if Surety's physical address is diFFerent f�-o�n its mailing add�-ess, Uoti� must Ue }��-ovided. The date of the 6ond shall nQt be �riar to the date tl�e Contract is awarded. e��Y or- �oRT woR�Ei STANDAR� CONSTRI]CTION SPLCTl�ICATIDN DOCUMLNTS Revised luly 1; 2p1 I 4Veslcreek Channel �vlainte3iance Ciry Project No. 103Q6D IMPORTANT NOTIGE To obtain information or rr�ake a comptaint: You may contact yaur A�ent. You may call The Hartford's Consumer Affairs totl- free t�t�phone number for informatior� or to make a comp[aint at: 7 -800-451-6944 Yau may contact the Texas Department of Insurance to obtain infarmatian on campanies, coverages, rights, or complaints at; 't �800�252-3439 You may write the Texas Departmen� of Ins�arance: P.Q. Sox 1�44104 Austin, TX 78714-9104 Fax: ( 5 � �) 494-1007 Web: www, tdi. texas. Qov E-mail: ConsumerProtection@tdi. texas, uov PREMIUM OR CLA�M DISPUT�S: Should you have a dispute concernin� yout- premium or about a claim, you should Gontact the (a�ent) (campany} (a�ent or the campany} first. If the dispute is not resalved, you may contact the Texas pepartment of Insurance. ATTACH THIS NOTICE TO YOUR PO�ICY: This notice is for informatian o�ly and does nat become a part ar condition of the attached dacumer�t. AVI50 IMFORTANTE Para obtener informacion o para preser�tar una queja: Usted p�ede comunicarse con su A�er�te. Usted puede llamar al numero de telefono gratuito de The Hartford's Consurner Affairs para obtener informacior� a para presentar Una queja al: 1-�Ofl-�451 �6944 Usted puede comunicarse con el DepartamQnto de 5e�uros de Texas para abtener informacibn sobre companias, coberturaS, derechos, o quejas a[: 1-8DQ�252-3439 Ust�d pued� �scribir al flepartamento de Seg�aros de Texas a: P.O. Box � 49104 Austin, TX 78714-9104 Fax: (512) �k90-1007 Sitio web: www. tdi. texas. Qov E-mail: Cor�sumerProtectran@tdi. texas. �ov D15PUTAS POR PR1MA5 D� S�GUROS O R�C�AMACIONES: Si tiene una disputa relacionada con su pr�ma d� se�uro o con una reclamacion, usted debe comunicarse con (el ager�te) {la compar�ia) {el agente o la campania} prim�ra. 5i la disputa no es resuelta, usted puede comunicarse con el �epartamer�ta de Seguros de Texas. ADJUNTE ESTE AVISO A SU P�LIZA: Este aviso es 5alamente para propositos informativos y no se eonvierte en parte o en condic�on det documento adjunto. 620iH by The NaMoM. Cfassificatron: !nlertra!!y Eonlrolfed A11 Aghls reserved, 1Jo paR al lhis obcumenf may 6e �ep+aduced, pub�ishednr used wi�houl �Re permission ol The }iariford. Direct lrtquiries/Claims to: �� �' Y �� �_l. � ������� To e � Aiu� d �iORD liarEford, Conneciicut 46955 ca!!.� 888-266-3�48$ or fax: $BQ-757-5835 KNOW ALL PERSONS BY THESE PRES�NTS THAT: Agency Code: 46-501533 X� Hartford Fire insurance Company, � coi7�oration dtily organiz�d under tlie la�vs of'[he State of Cmu�eciicat X� Hariford Casualty Insurance Camparly, � co3poralion duly organizcd uuder llye la�vs of the StaEe ofludiana � Hart#ord Accident and Indemnity Company, a Co�}�orafio3� duly orga»ized under tlfe ]aws afthc 5tate of CounecticUt � Harfford Underwriters Insurance Company, a coi��oraLion dEdy organizeci mider t��c laws ol'tlie 5tate nf Connecticu# � Twin City Fire Insurance Cqmpany, a corpo�•atio�� duEy orga�iized iinder the l�iws af tl�e Slate of lndiaEia � Harfford Insurance Company of Illinois, a corporation dufy aE•ganized under lhe laws of ihe 5tale of illinois uHartford Insurance Gompany of tf�e Midwest, a corpbration duly or�anized under Ihe I�ws oFtlie Stale oFlndiana � Hartford Insurance Com�any of the Southeast, a cniparatio�� duly or�anized under Uie la�vs of tl�e Slate nf Plorida having their home office in Hartford, Connecticuk, (hereinaffer callectively referred to as th� "Campanies"j do hereby make, constikute and appoink, up to the amount of unlimited: Charles D. Sweeney, Kyle W. Sweeney, Michae! A. Sweeney, 8obby E. Mayo, Elizabeth Gray of �f Warth, TX their true and lawful Altorney(s)-in-�'act, each in their separa4e capacity i# more than one is named af�ove, ko 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 w�itten instruments in the nature thereof, on behalf of the Cam�anies i� th�ir business of guaranfeeing the fdelity of persnns, guaranteeing the performance of cvntracts and executing or guaranteeing bonds and undertakings required or permitted in any actians or praceedings allawed by law. In Witness Whereof, and as aulhorized by a Resolution of the Board of Directors of the Companies vn January 22, 2004 the Gompa�ies have caused these presents tn be signed by its Assistanl Vice President and its corporate seals to be hereta affixed, duly aftested by its Assislant 5ecretary. Further, pursuant to f2esolution of tha Board of Directors of the Companies, the Companies hereby unambiguously affirm lhat they are and will be baund by any mechanically applied signatures applied ta this Pawer of Atfomey. �y�1r ix�� �n�+^�r ��y 4�g�� i ��s �,�r � �„ �,,,��-,��a *` �a'� �'J�' 'w�'�~� �� 4'� o �Y i �:�54a�.IMi[c�pf a �8� _ �',�qy�._ ` � f,' Cdur.r � 5 ��'- ��,�p9AQiAT► �m � � i 1667 -� � s Qr �ft" •'ti ' -�^'+ � r�i�s' p w Kio4�' r 'F: !,,rsanr�ntv`�� °�aryA�► �' y lgZ9��r a;4r� ID79 �' I4'[9 � � :7i : i� ��°r �f E, , �� '%M'' .,� '' 4 \'+'i _• ��� # } �,?-_.�,/ �'�ws o trg .' ►°•4 � *'�". 'zi��o�s' 1��i�� }� Y���Fla�w• �� � c����� . ,_.. -� � Wesley W, Cowling, Assistant 5ecretary STATE Q� CQI�NECTICLIT � ss, Hartford CO[1N7Y tlF HAI�1'FQ1�11 M. Ross Fisher, Assistant Vice President On this 3'� day of {111arch, 2008, before me personally came M. Ross �isher, to me knawn, who being hy rne duly sworn, did dep❑se and say: that he resid�s in khe County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed fhe above instrument; that he knows th� seals af the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the �oards of Directors of said oorporations and that he signed his name thereto by like authority. �� e. va$ �c,.t� —�/«.-�-- �y� �� * 1!lityG : Scott E. E'asska Notary Pul�lic CEF:TIFICAY� �)' camtnissioi� �xpires Ocio6eC 3�, 2Q12 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY thal the ah�ove and fflregoing is a true and correct copy of the Power ofAttorney� executeci by said Campanies, which is still i� fufl force eff�clive as af March 21, 2Q23 . 5igned and sealed al the Cily of Hartford. rrr � �at�y, �1 w��p,� e�'.�' y7i' '�1{r 'iA �� 4,y. �... , d,�tA � �_ ��a►f � a > � '• � �!'��lo-9BTtci^ o- �O�f' � sa`1+"'_'r0�1��?r,��a"'''o-ti��r �" rq �� � �,� • �, +ta�e�n�rt � ��a�h71� � 2 9 7 9 i` a"{ aD 7 a • � �� '�! r� '~' .�'4y ,s'� ��.. ..I�� �, �y 'fs.;�....�.r�.`� �i,��..�:s� ;i��97� i • �4i:i. _� '^as� Y� =e'bY`� ► �'•, i� �N���i� y��a�k• `�l�io+eo"' �� ...._.._ J� I %._ _ .___.,_,., ..... ��' � �� � Gary W, Stumper, Assiskant Vice President � � STAIl�ARD GEllTERA.L C�l��TX��TS QF THE CO�TSTRU�TIO�T COliiTR.ACT CITY OF �'OI�T WORTH STATIDAE217CONSTRUCTION SPECIFICAT101� DOCUMENTS ltevision: 8/13,�AZI WESTCR�EK CHANNEL MAINTENANCE CITY PROJECTNO. 1030fi0 STANDARD GENERAL C�NDITIONS �F THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1—Defmitions and Tern�inolagy ..........................................................................................................1 1.01 Defined Term� ...............................................................................................................................1 �.02 Ternninoiogy ................................................................................................... ............................... Article2--Preliminary Mattars .........................................................................................................................7 2.01 Copies of Documents .......... . .......................................................................................... .. . ... ......... 7 2.02 Gomrnencement o� Contract T�e; Natice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Const�ruction ..........................................................•--•---•----...,.._........................... 8 2.05 �reconstruction Conference .......................................................................................................... 8 2.06 �ublic Meetmg .............................................................................................................................8 2.07 Initzal Acceptance of Schedules .................................................................................................... S Article 3�-ContractDocuments: Intent, Arrzen.din�g, Reuse ............................................................................$ 3.01 Intent .............................................................................................................................................. $ 3.42 Reference Standards ...................................................................................................................... 9 3.03 Reportuag and Resolvzng Discrepanci�s .......................................................................................9 3.04 Amending and Supplementing ContractDacuznents ................................................................. IO 3.05 Reuse ofDocuments ........................................................................•---•-----------�-------�------............10 3.06 Elecbronic Data ............................................................................................................................ 11 Article 4— Availahality of Larids; Subsurface and Physica� Conditions; Hazardous Environ�mental Conditions; ReferencePoint� ...........................................................................................................11 4. Q 1 Availability of Lantis ..................................................................... ...... ,....11 ................... ............... 4.U2 Subsurface and Physical Canditions ......................................................................... ............12 4.03 Differing Subsut�ace or Physical Condit�ons .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 �4.05 Refere�ce Points .........................................................................................................................1� �.06 Hazardous Environrriental Candition at Site .......................... .......... lA� .......................................... Article5 — Bonds and Insuz-ance .................................. . ........................... .................................. .................. ...16 5.01 Licensed Sureties andInsurers ...................................................................................................16 S.d2 Per�ormanee, Paym�nt, and Marntenance Bonds ....................................................................... I6 5.03 Certificates oflnsurance .............................................................................................................16 5.04 Contractor's Insu�•ance ................................................................................................................18 5.05 Acceptance ofBonds and Ins�rance; �ption to Replace ...........................................................19 A.zticle 6—Cantractor'sResponsibilities ........................................................................................................19 6.OI Supe�i�ian and Superiniendence ...............................................................................................19 CTTYOF FORT WORTH STANI]ARDCONSTRUL'TION SPECiE1CATI0N DOL:iJ11�CENTS Ravision: 82�(121 WESTCREEK CHANNSL MAINTENANCE CITY PRC}J�GT NO. 103Q60 6.02 6.03 b.04 b.05 6A6 6.a� 6.0$ b.09 �. ia 6.1.1 6.12 6.13 6.14 b. l S 6.16 6.17 6.18 6.19 5.20 b.21 6.22 6.23 6.24 Labor; Waxkin.g Hours ................................................................................................................20 �ervices, Matexials, and Equipment ...........................................................................................20 ProjectSchedule .......................................................................................................................... 21 Substitutesand "Or-Equals" ...... . .... ........ .. .................... ........................... . .... . ................ ........... 21 Concernir�g Subcontractors, Suppliers, and Others ..................................................................... 24 WageRates .................................................................................................................................. 25 Patent Fees and Royalties ...........................................................................................................26 Permi�s and Utrlities ....................................................................................................................27 Laws�ndRegulatians .................................................................................................................27 Taxes...........................................................................................................................................28 Use of Site and Other Areas .............................. ............................................................. ............ 28 RecordDacuments ......................................................................................................................29 Safetyand Pratecfion ..................................................................................................................29 SafetyRep�`esen#ative_... ........................................... ........................... ------ •- -........................ .... ... 30 Haza.�dCommunication Pragrams .............................................................................................30 Emergencies and/or Rectification ...............................................................................................30 �ubmit�a]s . .. . . . . .. . ... . . ... . .. ... .. . .. .. ... . .. .. .... .. .. . .. . .. .. . ... .. .. . .. . .. .. . ... .... .... .... . ... .. .. . .. . .... . .. ... ..... .. ... . .. .. . .. . .... 31 Contir�uing the Work ...................................................................................................................32 Contractar's Ge�neral War�ranty and Guaraniee ..........................................................................32 Inde�f�cation ...................................................................................................,.....................33 Delegation ofProfessionalDesign Services .-• ...........................................................................34 Ri.�i to Audit .......................................... ............ . ............................................................. .......... 3�F Nondisczixanizaatian .................................................................................... � --..................... .... ....... 35 Article 7-- Other Work at the Site........ ............................................................,..............................................35 7.dI Related Work at Si�e ................................•-•---..........................................................................._.35 7.U2 Goordination .....................................................................•----�•-----...............................................36 Article 8- Ciry's Responsibilities ................................ 3b 8.01 Communieations to Contractor ...................................................................................................3b 8.02 Fumish Data ................................................................................................................................36 8.03 Pay WhenDue ............................................................................................................................ 36 8.04 Lands andEaseznents; Reports and Tests ...................................................................................3b $.OS Change Orders ..........................••---._............................................................................................36 8.06 Inspections, Tests, and Appro�a� ..............................................................................................36 8.07 Lizx�itations on Ciry's Respor��ilities ...............•-----•---•-•-----......................................................37 8.08 Undisclosed Hazardous Envffonmental Conditian .................................................................... 37 8.fl� Compl�.nce with Sa�ety Program ...............................................................................................37 Articie 9- City's Observation Status During Canstruction ........................................................................... 3'7 9.01 City's Pro3ect Manager .............................,........................................,.....................................37 9.02 Visits to Site ...................•-------�------..............................................................._....._........................ 37 9.Q3 Authorized Variations in Woxk........,.... ...............................................................................-----.38 9.Q4 Re�ecting Defective Work ..........................................................................................................3$ 9.05 Detet�rruzaations fox Wark Perfbrmed ..........................................................................................3$ 9.�6 Decisio3ns on Requirements of Canh•act Doc�nents and Acceptability of 'Work .....................38 CiTYOFFORT WdRT�I STANDARDCdNS?ROCTION SP�CIFICATION T�OCUMENTS Revision: 82311A23 WESTCREEK CHANNEL M1hAINTENANCE GITY PRQJ�CCT NQ, 103060 Article lfl -Changes in the Work; Claims; Extra Work ................................................................................38 10.01 Authorized Changes in the Work ...............................................................................................38 10.02 Unauthorized Changes in tb.e Work ...........................................................................................39 10.43 Execu�ion of Cl�ange Orders ......................,................................................................................39 10.04 Extra VVork .................................................................................................................................. 39 10.05 Notification to Surety ..................................................................................................................3� 10.06 Con#�act Claims Process .............................................................................................................40 A�ticle 1 l- Cast of the Wor��; Allowances; Unit Price Wo�-k; Plans Quantity Measure�ment ......................41 11A1Cost of the Work .........................................................................................................................41 11.02 Allowances ...................................................................................................... ... .. .......................43 11.03 Unit Price Work ..........................................................................................................................44 11.04 Plans Quantity M�asurernent ......................................................................................................45 Ar€icle 12 - Change of Contract Price; Change of Contract Time ................................................................. 46 12A1 Change af CantractPrzce ............................................................................................................4b 12.42 Chang�ofContractTime ............................................................................................................47 12.�3 Delays ..........................................................................................................................................47 Article 13 - Tasts and Znspections; Correct�on, Removal or Acceptance of De%ctive Work............,......... 4$ 13.01 Notice oiDefects ........................................................................................................................48 13.02 Acc�ss to Work ...........................................................................................................................48 73.Q3 Tests and Inspections ..................................................................................................................�4$ 13.{k� i7ncovering Wark ........................................................................................................................49 13.05 City May Stop tY�e Work .............................................................................................................49 13.Ob Carrection or Removal of De�ective Wor�� ................................................................................50 13.07 Con-ection Period ........................................................................................................................ 50 13.08 AcceptanceafDefectiveWork ...................................................................................................Sl 13.09 Caty May Coz�ectDefective Work .............................................................................................51 Article 14 - Payrnents to Canb-actar and Completion ....................................................................................52 14.41 Schedule ofValues ......................................................................................................................52 14.02 Progress Payxnents ......................................................................................................................52 14.03 Contractor's Waz�antyof Title ..................................................... ..........................................54 1�.04 PartialUtilization ........................................................................................................................55 I�.OS �'inal Inspectio� ...........................................................................................................................55 14.06 Final Accaptance .........................................................................................................................55 14.07 Final P ayxnent ...... .................... ............................................................. ....................................... 56 �4.�J8 Final Completion Delayed andPartial Retainage Release ........................................................56 14.09 Waiver of Claims ........................................................................................................................ 5'1 Ar�icle 15 - Sus�ension of Work and Teimina�ion ........................................................................................57 15.01 Ciry May Suspend Work ............................................................................................................57 15.42 Ciry May T�rnunate for Cause ... .......... ........................ ..................... .................... ..................... 58 15.03 City May Tei-muiate For Convenience ....................................................................................... 60 Articlelb -Dispute Resolution ......................................................................................................................61 16.01 Methods and Procedures .............................................................................................................61 C3T'Y OF FORT WORTH STANfaAR.f)CON53'RUCTIOIY 5PBCIFICAT[ON DOC[TMENTS Ravision: 82'ilZ[i�,l WESTCREEK CHANNEL MAINTENANCE CITY PFi�JECT NQ, 1a3U60 Article17 — Miscellaneous ................•---..............................................................................................,........,..62 17.01 Givuig Natiee .............................................................................................................................. G2 17.02 Computaiion ofTimes ................................................................................................................62 17.03 Cumulative Remedies .................................................................................................................b2 �7.04 Suzvi�al of Obligations _.......... .................................................................................. ............._ 63 I7.D5 Headings ......................................................................................................................................63 C11'Y OF PdRT WpRTH STANDARDC�NSTROCTlON SPEC[F1CAT[ON I70CCIMEIV'I'S Revision: 823(xl2l W�STCREEK CHAN�EEL MAINTENANCE GITY PRDJECT NO, 1�3060 oo�zoo-i GENERAL CON� ITION S Page 1 of b3 ARTICLE 1-- DEFINITIONS AND TERMINOLOGY 1.01 Defiraed Terms A. Whereverusedin these General Conditions ar in atl�er ContractDocuments, th� terrr� listed below ha�e ihe meanings indicated which axe applicable to both the singular and plural ihereof, and words dennting gender sllall include ihe m�sculine, feminine and neuter. Said terms are generally capitalized o� written in ifalics, but not alv�rays. When used in a cozatext consistent witb the de£'uai.t�on of a listed defined term, the ternl sl�all have a rneaning as defined f�elow whether capita.lized ar italicized ar otherwise. Tn addition to temns specifica3ly defined, terms with initial capital letters in th� Cont�act Dacwnents include references to ident�ed articles and paragrapi�s, and the titles of other documents or forn7s. 1. Addenda W��itten o� graplaic instruments issued prior to the opening of Bids �which clarify, coirect, or change tl�e Bidding Requiz�em.ents ox the propased Can�r�ct Documents. 2, Agreement—The written insi�rxment �;vhich is evidence of the ag�reexnent betweez� City and Contractor covering the Work. 3, Applicatiora faa� Payment Tbe forrn. acceptable ta City which i� to be usad by Contractor during the course of the Work in requestis�.g pragress ox final paymenr� and which �s to be accompanied by such suppo�g dacumentation 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 fbers into the air above cunent actian Ievels establishedby the United States Occupatio�al Safety and Health Admia��st�rat�on. 5. Award — Autl7orizatian by the City Council far the City to enter into an Agreement. 6. Bid The �ffer or pxoposai o£ a Bzdder submit�ed on the pr�sc�ed form satting forth the prices for the WarI� to be paxform.ed. 7. Bidder The individuaI or ent.ity who submits a Bid directly to Ci4y. $. Bidding Documents The Bidding Requirements and the proposed Contract Docutnents (including all Addenda). 9. Bidding Requirements Th� ad�ertisement or ImTitation to Bid, Instructians to Bidders, Bid securiry of acceptabl� form, � any, and the Bid Fonn wit11 any suppleme�ts. 10. B�asiness Day —.f# business day is defuaed as a day that the City conducts normal business, generally 1Vlonday througki Friday, except for federal or state hoIidays observed by the Ci�r. 1 I. CalendarDay--A day consisting of 24 hours measuX•edfro�.a zxzzclnight to the next xn�dnight. C1TY OF FORT WORTH STANDARDCONSTRUCT[ON SP�CIFECATION DOCUh2ENTS Revision: 823/d�21 WESTCR�EK GHANNEL MAINTENANGE CITY PRQJECT NO. 1030fi0 00 �z oo - � GENERAL CON� ITION S Page 2 nf 63 12. Ghange Order—A docurrient, which i� prepared and a.pproved by �he City, which �s signed by Coni�'actor and City and authorizes an addition, deletian, or revi�ian m the Work or an adjustment in thc Conlract Price or the Contract Time, issued on or after the Effectave Dat� af tbe Agreement. 13. City— The City of Fart Worth, Texas, a home-rule municipal corpora�ion, authoriz�d and chartered under the Texas State Sfatut�s, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each o£ which is xequiured by Charter to perfarm specific duties wrth respons�bility far fmal enfarcement of the contrac� involving t�ie City of Fort V4'orth is by Cha�er vested in the City Ma:nager and �s the entity with whom Contractor has entered mto the A�eement and for whom the Work is ta be pei-formed. 1�4_ City Aftarney — The officia�y appointed City Attorney of the City of Fort Warth, Texas, or his duly authorized re�resentative. I S. City Council - The duly e�ected and qualified governing �ody of the City of Fort Warth, Texas. 16. City Manager — The officially appointed and aut.harized City Manager o� the City o� Fort Worth, Texas, or his duly auihorized representativ�. i7. Contract Claim---A demand or assertio� by City ar Contractor seeking an adjustment of Contract Price or Cont�act Tune, or bath, or other relief w�th respect to the terms of the Contract. A de�nand for money or services by a third party is not a Contract Claun. 18. Conl�act—The entire and integrated written d�cument hetween tk�e Ciry and Cant�actor cnncerning the Wark The Contract contains the Agreement and all Contract Documents a�d supersedes prior negotiati�ns, representations, or agreements, whether written ar oral. 19. Contr�act Docun�entsL—Those itenis so designated in the Agreement. AIl iterns listed in �e Agreernent are Contract Docurnents. Approved Subrnittals, othcr Contractoe submittal�, and the reports and drawings of subsut-face and physical conditians are not Contract Docut�r�ents. 2a. ContractPr�ice—The moneys payable by City to Contractor for eompletion of the Woi�k in accordance with the Contract Documents as stated rn the Agreemeni (subject to tize provisions ofParagraph 11.03 int�e case o�UnitPrice Worlc). 21. Contract Time—Tl�� number af days or the clates sta.ted iza the Agreexnen.t to: (i) achie�e Milestones, if any and (iu} coznplete tl�e Work so that it is ready for Final Accepfance. 22. Coratractor The individual or entity with �vhom City has entered mto ihe Agreement. 23. Cost of the Work—See Paragraph 1 L41 of these General Canditions �ar defiit�tion. CITYOF FORT WORTH STANBARDCpNSTRUCTl6N SPECIFICATEON DOCUMENT5 Revision: 82'i�l WE$TCREEK CHANNEL MAINTENAIVCE C1TY PROJECT NO. 103060 U07260-1 GENEFtAL CONDITiON S Page 3 of 63 24. Damage Claims — A demand for money or services arising fram the Project or Site from a third party, City or Cantractor exclusive of a Contract Claun. 25. Day or day— A day, unless atherwise deficaed, shall mean a Calenda.r Day. 26. Director of Avaation — The afficia�ly appainted Director of the Aviation Department of tkie City of Fort Worth, Texas, or his c�uly appa�ted representative, assistan.t, ax agents. 27. Director of Parks and Communily Servicec — The officially appointed Director of t3ie Parks and Camrnunity Services Departrnent o�the City of Fori Worth, Texas, or lvs duly appointed representai�ve, assistant, or agents. 28. Director af Planning and Development — The of�icially appointed Director of the PIanning and Dev�lopmeni Department of the City of Fort Worth, Texas, ar his duly appointed representative, a.ssistant, or agents. 29. Di�ector of Transportaiion Public Wo�-ks -- The ofiiciaIly appoin.ted Director of the Transportation Pub3ic Works Department of the City of Fort Wort�, Texas, or 1vs duly appointed representative, assista.nt, ar agents. 30. Directo� of WaterDepa�tment — The officiaIly a�oinied Director of the Watez Depaztcxaent a£ tk�e C�ty o£ Fort Wor#1z, Texas, ar his duly appointed representative, assistant, or agents. 31. Drr�wings—That part of the Contract Dacuinents prepared or appro�ed by Engineer which graphicaliy shows the scope, extent, �nd claaracier of the Worl{ to be performed by Contraetor_ Suhmittals are not Drawings as so dei'ined. 32. EffectiveDc�te of the Ag�eement The date indicated in the Agreerr�ent on which it becomes effective, but if no such date is iridicated, it means t.�e date on which the Agreement is signed and delivered by the �a.st of the two parties to sign and delivar. 33. Engineer The licensed professional engineer or engineering fmi� registered in #he State of Texas perforx�viia� professional services for�he City, 34. Ext�� ➢fjork — Additianal wark rr�ade necessa�ry by changes or alteration� of the Coniract Documents or of quantities or for othex reasons for wl�ich no priees are provided in the Contract Documez�ts. Extra worlc shall he part of the Wark. 35. Field O�der—A r�ritten order issu�d by Ciry which require5 changes it� the VVo�kbut which does not involve a change in the Co�.tract Price, Contract Time, or th� intent af the Engineer. �'ield 4xders are paid froz-za Field Order Al�owances incoiporated ir�ta the Contract by :funded work type at the time af avcrard. 3b. Final Accepiance -- Tlie written notice given by the City to the Contractor ihat the Work spe�ified in the Contract Docum.e�ts has been completed to the satisfaction of tk�e City. C1TY OF FORT WORTH STA[�fDARDCONSTRUCT[pN SPEGP[CATfON ]JOCUMEIVI'S Revision: 823/2Q21 WESTCREEK CHANNEL MAINTENANCE CI7Y pRQJEGT NO. 10306Q 00 72 00 -1 GE.NERAL CpN41TI0N S Page 4 of 63 37. Final Inspectior� — Lnspectior� carried out by the Ciry ta verify tYia� the Cont�ractor has completed the Wark, and each az�d every part or appurtenance thereo£, fully, entir�ly, and in eonformancc with the Contract Documents. 38. General Requi�erraents—Sectians of Division 1 of the Contract Documents. 39. �'aaardous Environrnental Condition--The presence at the �ite af Asbestos, PCBs, Petroletun, Hazardous Waste, Radiaactive Material, ar ot�e� tnatexials in suc� quantities ar circumstances that may present a substantial danger to persons ar property exposed thereto. 4D. Hazc�rdous Waste Hazardous waste is defined as any solid waste listed as haza.xdous or passess�s one ar iaaare k�a7ardous characterisfics as defi�ed in the f�deral wasta regulations, a� amended from time to time. 41. �,aws and Regulations—l�ny and all spplicable �aws, Xules, regulations, oxdiz�ances, codes, and orders of any and all governmental bodies, ager�cies, authoriiies, and courts havuig jurisdictiion. q�2. Liens�harges, securiry interasts, or encurnbrances upon Project funds, real property, or personal praperry. 43. 14fajarltem— An Item o£ work ineluded in the Contract Documents that has a total cost equal to or greater than 5% o£ the ariginal Con�rac� Price or $25,0�0 whichever �s less. 44. Milestane A princi}�al event specif'ied in the Contract Documen.ts xelating to an �terrnediate ContractTn�e priar io Final Acceptanee ofthe Work. 45. 1Votice of Awczrcl—The wri�ten notice by Ci[ty to the �ucc�ssful Bidder statrnag t}aat upon tanaly compliance by the Successfi.il Bidde� �ith the condztions precedent listed tkerein, City will si�gn and deliver fhe Agreement. 4b. Notice to Pruceed A writtennotice given by City to Cantractor frxing the date o� which the Contract Time wi11 cammence to run and on which Con�'actor shali start to perf'orin the Work specified in Contract Documents. 47. PCBs—Polyehlarn�ted biphenyLs. 48. Pet�ale�arr�Petroleum, �cluc�in,g ciude oii or any fraction thereof vvhich is 3iquid at stan.dard conditions of temperature and pressure (b0 de�rees Fakarenheit and 14.7 poYands per squaxe i�ch absolute), s�ch as oi�, petroleuwn, fuel oi� oi! sludg�, oil refuse, gasoline, kerosene, and oiI ixvxed with ather non-Hazafdous Waste and crude oiIs. 49. Plans — See de�'tnrtion of Drawings. C1TY OF FORT WORTH STANDARDCONSTRUC'C10N SPEC[FTCRT[4N DOCUIkfENTS Rovision: 8�D21 WESTCREEK CHA�VPIEL MAINTENRNCE CITY PROJECT Na, 103Q60 on �2 00 - E G�NERAL CONO ITION S Paga 5 of 53 S0. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, descnbing the sequence and duration o�'the activities comprising the Cantractor's plan to accomplish the Work within t�e Cantract Time, 51. Project—The Workto be perfarmed under the Contract Documents. 52. ProjeclMa�zager Tki.e authoxized representative nf the Ciry �vha will be assigz�ed to the Site. S3. Public 1Vleeiing — An announced meeting conducted hy the City to facilitate public participation and to assist the pubfic in gaining an informed �iew of the Project. 54. Radioactive Material�ource, special nuclear, or byproduct material as de�ined by the Atomic Energy Act of i9S4 (42 USC Sec�ion 2011 et seq.j as amended from t�ne ta time. S5. Regular Workirag Hours — Hq�s be,�ng at 7:00 a.m. and end'm.g at 6;00 p.m., Monday thriz Friday (excluding legal holidays). 56. Samples Physical examples of znatexiai�, equipment, or �,vorkmanship that are represenfiative of some partion of the Work and which establish tl�e standards by which such partion. a£ the Work will be judged. 57. Schedule of Subt�ittals A schedule, prepared and maintained by Contractar, of required subriuttal� and the time requireznents ta suppart scheduied performance of related construction activities. 58. Schedule of values—A sehedul�, prepared and maintaitxed by Cantractor, allocating partions of th� Contract Price to various portions of the Worlc and used as the basis for reviewing Con�ractor's Applicatians fox �ayment. S9. Siie—Lands o� areas indicated in the Contract Docuznents as bein� furnished by City upan which the Work is ta be performed, including ri�tis-of-way, permzts, and easements for access thereto, and such ot�er ]ands �urnished by City which are designated for the use o�Contraetar. 60. Specifications—That part of the Contract Dacuments consisting of written requrrements far materials, equipment, systems, standards and warkn:aanship as applied to the Work, and c�rtain ac�ninistraii�ve xequuements and procedural rnatters applicable thereto. Specifications ma.y be specifically made a part of the Cantraci Documents by attachm�nt or, if not attached, zx�ay be inco�porated by ref�rence as indicated in the Table of Canten�s (Division 00 00 00) ofeach Project. 61. Sicbcontractor—An individual or entity having a direct conf�act �rviih Contrackor or with any ot.�er Subcontractor for the performa�n.ce o£ a part of the Worlc at the Site. CiTY OF FORT 1�'OliTH STANDAFtDCONSTRUCTION 3P�C1FtCATION DpCUMENT5 12evision: &r?31�1 WESTCREEK CMANNEL MAIiVTENANC� GITY PRQJ�G7 Nd, 1D3U60 00 �a aa - i GENERAL CON� ITION 5 Page 6 of 63 b2. Sz4bmittais All drawings, diagrams, illustxations, schedules, and other data or �forrna�itin which are spec�caIly prepared or assembledby or for Contractor and subzzaztted by Coniractar ta �lustrate some partion af the Work. 63. Substantial Completion — The sta.ge in the progress of the Project when the Work is sufficiently complete in accordance �vi�kh. t1�e Cantract Doc�ments for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City z�aakes an Award. 65. Superintendent— The representatNe of the Contractor wkio is ava�a.ble at all times and able to receive instructions from the Ciry and to act for the Cantxactar. 66. Supplernentary Conditions—That par� oi the Contract Documents which amencis ar supplerr�ents these General Canditians. b7. Supplier A manufacturer, fabricator, supplier, dastx�utor, n:�aterialrnan, or vendor having a c1n-ect contract �rith Contractor or with any Subcantractar to fiu-r�is� materials or equiprnent ta be incorporated in the '�7Vork by Contractor or Subcontractor. 6$. LTndergraund Facilities—A31 undexgz'ound pipelines, conduits, ducts, cables, wires, rnanholes, vaults, ianks, iunnels, ar other �uch fac�ities or attachments, and any� encasements contain�g such facilities, including but not l�ited to, those that convey �X�GI�'1Glly, gases, steam, liquid petroleum products, telephane or other communications, cable televiszan, water, wastewater, storna water, other liquids ar chemicals, nr traffic or other control systems. 69 Unit Price Wark�ee Paragraph 11.03 of these General Goz�ditians far definition. 7Q. Weekend Working�ours—Hours beginning at 9:00 a.m. and ending at 5:00 p.rr�., Safuxday, Sunday or legal laoliday, as approved ffi advance by t�e C'rty. 71. A�o�k TIZe entire construction or the various separately identif�.ble parts thereoirec�it-ed to he provided under the Contract Docurnents. Work ir�cludes and is the result of perfor�ning or providang all labor, seivices, and docuinentation necessary to produce sueh construction includ'mg any Change Order qr Field Order, and fiu-nishing, insta]]ing, and ineorporating all rnaterials and equipment into such const�-uction, all as required by the Con�ract Documents. 72. WarkingDay-- A worlcing day is defined as a day, n.ot in.cludix�.g Saturdays, Sundays, ar legal hoJidays autharized by the City %r cont�act putposes, in r�+hich weather or other conditions not under the control o� tk�e Contractor will permit the petfo�nance of the principal unit of wark underway for a continuous period af not less tban 7 hou�rs between 7 a.m. and 6 p.m, i.a2 �er�z��r�gy A. The words and terzx�s discussed in Paragrapb 1.02.B through E are not defined but, when �ed in the Bidding Requzrezxients or Contract Dacuments, have the indicated meaning. B, Intent of Cartain 2'erms or Adjeciives: CIT Y OF FORT WORI'Fi STANDARDCONSTRUCT10tJ SPECIF[CATION DOCUMEI+FTS Revision: 823(1�1 W�57CREEK CHANNEL MAINTENANCE CITY PROJECT NO. 1D3066 00720D-1 GEN�RAL CONOITION 5 Paga 7 of 63 1. The Contract Documents mclude the terrns "as a�lawed," "as approved," "as ordered," "as d�ected" ar tem� of h%e effect or import to autiiazize a� exercise o£ judgment by City. In additian, the adjcctives "reasonable," "suitable," °`acceptable," "proper,'° "satisfactory," or ad3ectives of l�ce eff�ct oz- import are used to descr�be an action or deterrninat�oa of City as to the Work. It is ivatended tb.at such exerc�se of professianal judgment, action, or determination will be solely to evaluate, in general, tk�e Woxk far compliance with the inf'ormation in the Contract Docurnents and with the design eoncept o£ the Praject as a funciioning whole as shown or incticated in the ContractDocuments �unless there �s a specific sta.tement indicating otherw�se). C. Defective: I. The woz�d "defective," when modifyirig the word "War1c," refez's to Work that is ua�satisfactory, faulty, or defscient � that zt: a. does not confarr�m to the Co�tiraet Documents; or b. does not rneet the requiremenfis of any applicable inspection, reference standard, test, or approval xe%ned to in the Contract Documents; o�• c. has been dazmaged przor ta City's written acceptanc�. D. Furnish, Install, Perfa�m, Provide: 1. Tl�e word "Ftu�nish" �r the �ovord `°Install" or t�e ward "PerForm" ar the word "�rovide" or the word "Supply," ar any con�bmation or sinvlar directive or usage thereof, shall Knean furnishiing and imcorparating in the Work includ'mg au necessary labo�, n�aterzals, ec�uipznen�, and everything necessary to perforn� the Wazk indicated, ttn�ess specif�ically limiied in the cantext used. E. LTnless stated at�erwise in the Coniract Docutnents, words or phrases tbat have a well known technical or constructian izidustry or trade meaning are used in the Cantract Documents in accardance with such recognized rneaning. ARTICLE 2 — PRELZMXNARY MATTERS 2.�1 Co�ies of Documents City shall f�u-ni5h ta Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawin.gs. Additional capies w�l be fiu�ished upon request at t�ae cost af reproduction. 2.02 Cornmencementaf Contract Time; 11�otace to Proceed The Cont�aci Time will cammence to run on the day iitzd�.cated in the Notice to Proceed. A Notice to Proceed�naaybe given no earfier than 14 da�s afier t11e Effective Date o�the Agreement, unless agreed to by both parties Sn writing. CI'i'Y OF FORT WORTI-I STAI�SDARI]CONSTRUCTION SPECIFiCATIOM DQCUM�NTS Revision: 823/ZOZI WESTCREEK CHAf�NEL MAINTENANCE GITY PRO,]�CT NO. i03960 QO 72 00 -1 GENERAL CANDITION S Page 8 af 63 2.03 Starting the Work Contractar shall start to pex�o�'tx� �e Work on the date when the Coniract Time commences to rEul. No Work shall �e done at the Site pz�or to t�e date on whic� the Contract Time coznmences to run. 2.04 Befar•eStartingCorrst�uction Bdseline Schedules: Submit in accordance �rvith the Contraci Documents, and prior to s�arting the Worlc. 2.05 Precanstruciion Conference Before any Work at ihe Site is started, the Contractor shall attend a Preconstruction Con�erence as specified in the Contract Documents. 2.Q6 PubltcMeeting Contractor �nay $ot mobiliz� any equipment, materiais or resources to the �ite prior to Contractor attending tbe Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedul�s Na pragress payment sha�l be made to Contz�actox unt� accepta.ble schedules are submitted to City an accac'dance with the Schediile Specif'ication as provided in tk�e Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A, T�ie Contrac� Documents are eornplem.e��tary; what is requ�red by one is as binding as i� required by all. B. It is the intent af the Contract Dc�cuments to descr�be a fiinctionally complete project (or part thereofl to be cons�-uctedin accoz-dance with the Cont�•ac� Documents. Any labor, doeu�entation, se3rvices, materials, ar equipment that reasonably rnay be in%ned frarn the Contract Docurb.ents or froYn. prevailing custom or trade usage as heing required to pxoduce the indicated result will he pro�ided whether or not specifically caI�ed for, at no additional cost to City. C. Clarif'ications and interpretations o� t�e Cantract DoeLunents shall be issued by City. D. The Specif'icatia�s may vazy in forrn, format and sryle. Soxne Specificafion sections may be �written in varying degt'ees of streamlined or declara�ive style and sonae sectians may be relativcly narrative by comparison. Oz�nission af such wo�•ds and phrases as "th� Contt•actar shall," "in conforinity wi�h," "as sl�own," or °`as specifi�d" are intentional in sh•eazx�lzned sections. Omitted words and phrases shall be suppJied by inference. Sirzvlar types aiprovisions may appear in various parts of a section or articles wirhin a pari depend�g on t�he farmat oi the CITY OF FOli7' WOItTH STANDARDCONSTRUCi10A SPECIFICAT[ON DOCU141�NT5 Revision: R�3,2�21 WESTCREEK CHANNEL MAiNTEPIANCE CITY PROJECT NO, 1030fi0 oo�zoo-i G�NERAL CO�l�1TI0N 5 Page 9 of 63 sectian. The Contractor shaIl not tal�e advantage of any variatian of farm, forznat or style in ��.g Contract Claims. E. The cross �•eferencing of specification sections under tile subparagraph heading "Related Sections inch�de but are not necessarily ]nnited to:" and elsew�iere withm each S�ecifcation section is provided as an aid and canvenience to the Contractor. The Contractor shall not rely on tl�e cross referencing pro�ided and shaI[ he responsible ta coardinate the enfit'e Work under the Contract Documents and provide a complete P�•oject whether or not the cross referencing is provided in each section ar whether or not the cross referencing is complete. 3.02 Reference Sia�tdards A. Sta.ndards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or cades of any technical society, arganization, or associat�nn, or to Laws or Regulat�ans, whether suchre%re�cebe spec�ic or b� impfication, shall mean the standard, specif'ication, r�a.nual, code, or Law� or Reg�xlations in effect at the time o� opening of Bids (ox or� the Ef£ective Date of t.�e Agreezx►ent i� thexe were no Bids), except as may be otherwise specif"ically stated in t�e Contraci Docu�nents. 2. No provision of any such standard, specification, manual, or code, or any mstruetion af a Supplier, shall be effective ta change the duties or respo�si�bilities a� Ciky, Cantrac�ar, or any of their subcantsactars, consulian.ts, agenis, oz• erz�plo�rees, from thase set forth i7n the Con.traci Documents. Na such provision or instruction shall be effecti�ve to assign to City, OY 7T1� Of lt5 officers, ciirectors, �nembers, partners, employees, agents, consultants, or subcontractnrs, any duty or autharity ta supervise ar di�ect t,�e performance of tkie Work or any duty or authority to undertake xesponsx�bility inconsistent with the pz•ov�sions of the Contract Docu�ents. 3.03 RepartingandResolvingDisc�eparacies A, ReportingDiscrepancies: Coratracto�'s Review of Coni�aci Doc�rments Before Startirag Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify �ertinent figures therein against alI applicable f�ld measurements and conditions. Contractor shall promptly report ir� writing to City any conflict, error, ambiguity, or discz•epancy which Contractar discavers, ar has actuaX ia�owledge of, and sk�all obtain a written interpretatian ar claz-if'ication fi•om City before proceeding with any Wnxk affect�d therehy. 2. Contractor's Revaew of Cont�•act Docunze�is During PerfoYmarace of Warl�: If, duri�.g the performance of t�►e �oxk, Cont�•actox discovers any cobflict, error, atxzbiguity, or discxeparncy �nrithin the Contract Documents, or between the Contract Docutnents and (a) any applicable Law �r Regu�ation ,(b) any standard, specification, irianual, or code, or (c) any instructior� �f any Supplier, then Contractor shaIl proinpt�y report it to City in writing. Co�tractor shall nat proceed with the Wotk affected thereby (except in an ennezgency as required by Pazag�raph CITY OF FORT WRRTH STANDARDCOI�STRUC'fION SPGCIrICAT[�N DDCiIMENTS Revision: $f13I1021 W�STGREEK CHANNEI. MAINTENAlJCE CITY PROJECT NO. 1 Q30fi0 D472DD-1 GEN�RAL CONp ITkON S Page LO of G3 6.17.A} un�il an arnendm�nt or sup�lemant to the Coniract Documents has been issued by one of tkze metn�ds �dicated in Paragraph 3.04. 3, Contractor shal� no� be liable to City for failure to repor-t any conflict, error, ambiguity, or discr�pancy in the Contract Documents unless Contractar had actual knowledge thereof. B. ResolvingDiscrepancies: 1. Except as znay be otherwise specif'ically statedin the Contract Documents, �he pro�isions of the Coniiract Docwaae�ts shall take preced�nce in xesolving �11� CDi7�I1CCy errar, azxzbiguity, ar discrepancy betwe�n the provisions of the Cantract Documents and the prQvisions of any sta.nda.rd, specif'icatian, rnanual, or �e instruction of any Supplier (whetk�.er or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepaneies, �gured dimensions shall govern over scaled dimensions, Plans shall govern ov�r Specifications, �upplem.entazy Conditians shall govern over General Conditions and Specifica�ions, and quantrties shown on the Plans shall govern over those shown in the proposal. � 3.�4 Amending and Supplementzng CantractDocument,s A. The Cant�aci Dacuments may be aznended to provide far additions, deletions, and revisions in the Work or to modify th� terms and conditions thereof by a Ckzange Order. B. The require�ents of the Co�tract Docurnents may be supplemented, and naizaor vari��ions and deviations in the Work not involving a change in Gantract Price or Contract Time, z�nay be authorized, by one or more of tlae fo�lowing ways: 1, A Fzeld Order; 2. Ciry's review ofa Submittal {subject to the provisio�s of Paragraph 6.18.C}; or 3. City's written interpretation or clarifca�ion. 3.05 Reuse af Dacurnents A. Contractor and any Subcontractar ar Sup�iier shafl nat: L have or acquire any iitle to or awnershi� r�ghts in any oi tha Drawings, Specifcations, or other documents {or copies of any thereo�} prepared by or bearin.g the seal af Engineer, includiung electronic med'aa editions; or 2. r�use any such Drawings, SII�C�JC�t1011S� other documents, or copies thereafon extensions of tl�e Project or any other project witl�out written consent of City and specific written verification or adaptation by En.gineer. CITY OF FpRT WORTH STANDARDCONSTRUCTION SPECTF[CAT1dN DOCUMENTS Kevision: 8�13IX)21 WESTCREEK CHANNEL MAIiVTENANCE CITY PROJECT NQ, 103060 007200-1 GENERAL CON�lT101� S Pagc 1 I of 63 B. T1ne prohi7aitions of this Paragraph 3.05 w571 survive final payt�n.en�, ar termination of �he Contraet. Nothing herein. shall preclude Contractor from retaini�zg copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Uz�ess afherwise stated in ti�e Supplementary Conditions, th.e data fi�rnished by Citq or Engineer to Contxactor, or by Contractor to City or Engineer, that may be relied Upon are 3nniied to the �rinted copies included in the Contract Dacuments (also known as hard copies) and other Spec�ications referenced and located on the City's on Iirie electranic document rnanagement and collaboz-ation systein site. Files m elect�onic inedia fortnat of text, data, graphics, or ather types are furnished only for the convenience of t�e receiving party. Any cor�clusion or inf�orn�atzan obtained or derived fi�om such �lec�roxuc files w�l be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. �hen transferring documents in electronie media :forrr�at, the transferring party rnakes no representations as to long term compatabikty, usability, or readability of documents resulting from the use of saf�vare applicatian pac�ages, aperating systems, or computer hardware differing frozn those used hy the data's creator. ARTICLE �4 — AVAILABIL�I'Y 4F LANDS; SUBSiIRFACE AND PHYSIC AL CONDTTYONS; HAZARDOIIS EN�ONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Avr�ilability of Larac�'s A. Crty sha.11 furnisli the Site. City shall notify Coniiractor of any encumbt-ances or restrictions not of general app�cation but specifically relat�d to use oi the Site with: which Cantractor must comply in perfa�-ming the Wor�C. City w�il ohtain in a tirnely manner and pay for easezx�ents for permanent structures or permanent changes in e�sting facili�ies. 1. T.he City has obtained or anticipates acc�uisition of and/or access to right-of-way, and/or easez�ents. Any autstanding right-of-�cray andlar ease�xaents are anticipated to be acquired in accordance with the schedule set forthin t1�e Supplerrientary Conditions. The Project Schedufe submitted by the Contractox in accordance with th� Gontrac� Doc�ments must consider an.y autstanding right of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the S�te. Any outstanding xezxtovaI or relocation of ut�ities or obstructions i� anticipated in accoa�dance with th� schedule setforth in the Supple�nnentary Canditions. The �roject Schedu�e submitted by the Co�txactor in accordance with the Contract Docun�ents nn�ust cansider a.n� dutstanding utilities or obstructions to be removed, adjusted, and/ar relocated by athexs. B. Upon reasonahle written request, City shall furr�ish Contractor with a current statetx�.ent of record legal title and legal description of the lands upan wI�ic� t1�e 'Work is to be performed. CITI' �F FORT WORTFI STATIDARDCONSTRUCTIOR' SPECIFICATION SJOCUMLIVTS Revisian: 82�1 WES7CREEK CHANNEL MAIiJTENANCE C1TY PROJECT iJd, [03660 00 �a oo - � GENERAL CONb ITION S Page 12 af 63 C. Contractor shall provide for a11 additional �ands and access thereto that may b� required fox construction facilities or storage of materials and equiptr�ent. 4.02 Subsurface and Physicai Conditions A. Reports andDrawings: The �upplementary Condition� identify: 1. those repo�ts �{nown to Ciry of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those cirawings lmown to City of physical cond�ions relating to existing suz'face or subsurface structures at the Site (except Underground �'ac�ities). B. Limited Reliance by Contractar an TechnicadDataAuthorized: Contractar may reiy upon the accuracy of the "teclwical data" cantained m such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is idenf,ified in #1ze Supplex�entary Conditians. Coniractor may not make any Contxact CJaim against City, or any of their afficexs, directors, zx�e�n�ers, partners, employees, agents, consul.tants, ox subcant�actors with respect to: 1. the compieteness of such �-eparts and drawings far Cont�actor's purposes, includizxg, hut not l�mited to, any aspects of the rn.eaza�, methocL�, techniques, sequences, and procedlures of const�-uction ta be employed by Contxactor, and safety precautions and programs incident thexeto; or 2. other data, interpz-etatians, opinions, and information contained i�n such reports or shdwn or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn frorn any "technical dat.�" or any s�cla other data, intexpretatians, opinions, or informaiion. 4.03 DiffeYingSubsurf'ace o�Physfcad Conditio�s A. .7Voiice: If Coniractor beIieves that any subsurface or physical condition that is uneo�ered or revealed either; 1. is af such a nature as to establish tbat any "�echnical data" on w�hich Contractor is entitled to rely as prn�rided in Paragraph �.42 is materially macc�uate; or 2. is of such a nature as ta require a change in the �ontract Documents; qr 3. differs materially fironn tlxat shown or indicated in the ContaactDocwnnents; or �, is of an uriusual nat-ure, and differs z�naterially from conditio�.s ordinarily encouz�tered and generally recognized as inherent iz� work of the character provided for in the Cont�act Documents; CTTY OP PORT WOIiTH STANDARDCONSTAUCTI6N SPECIFICATEON DOCi1MENT5 Ravision: 8�L9/2l�1 WESTCREEK CHANNEL MAfIVTENANCE CIIY PROJECT NO. 1U3060 oa �z aa - i G�NERAL COND ITION 5 Page l3 of 63 tben Contractar shal� promptly aiter becoming a�cvare �hereof and before fi�rth�er disturbing the subsu�£aee or physical conditians or performing any Work � cannection therewith {except in an err�ergen.cy as rec�ui�red by Par�,graph 6.17.A), natify Ciiy in writing �bout such condition. B. Possil�le Prace and Tirrte Adjustments Contractor shal� not be entitled tn any adjustmenC in the Contract Price or Contract Ti�e if: l. Contractor knew of the existence of such conditions at t1i� time Contractor made a final eommit�nent to City with respect to Contract Pxice a�d Contract Time by the submission of a Bid or becoming bai.uid under a nego�iated contract; or 2. the exis�ence of such condition cou�d reasonably have been discavered or revealed as a resuIt of t�e examitnatian of the Contaract Documents or the Site; or 3. Contractor fa�led to gi�ve the writ�en notice as requ�red by Paragrapn A�.(13.A. 4.04 UndergroundFacilities A. Shown or 1'ndicateap.• The informaHon and data shown or indicated in the Conuraet Daeurnenis with respectto existing Under�oun.d �acilities at o� contiguaUs to the Site is based on informaiion and data fiirnis�ed to City or Engineer by the owners of such Undergra�d Facilities, includ'mg City, or bq others. LTn1�ss it is otherwise expressly pravided in. the Suppiementary Cond�tions: 1. City and Engineer shall not be �esponsible for the accuracy ar completeness af any such inforination or daia p�•ovided by others; and 2, the cost tif all of the foIlowing vvr�l be incIuded an the Contract Price, and Contractor shall have fuIl respansbility �ar; a. reviewing and checlang all such im�orznation and data; b. locating all Und�rground Facilities sho�vn or indicated ixz t�.e Contract Documen�s; c. coordination and adjustmec�t of the �Vork with the owners of such Undexground Facilzties, includi�g City, during constructian; and d. the safety and protection of all such LTndexgz•aund Facilities and repairing any damage thexeto result�g frorn the Wor1c. B. NatShown n�Indicated: I, If an Underground Fac37iry which co�flicts �itb. fhe Work is ur�eovered or revealed at or contiguous to the Site whrch was not shown or in.di�cated, or not �hown or indicated with xeasonable accuracy in the Contract Doc�.tments, Contractor sha�, pro�nptly a�er becoming aufare thereof and befoze fiuther disturb�tg condrtior�s afFected thereby or performing any CIT Y OF FpRT WORTH STANDARDCdNSTRUCTTON SPECIF[CAT10�' DOCIlMENTS RCVISIOfl: �i� WESTCRE�K CHANMEL MAiNTENANCE CI7Y PROJEGT iVO, i430fi0 aa7zoa-� GENERAL CONI] ITiON S Page l4 of 63 Wark in connection therewith (except in an emergency as required by Paragraph 6.17.A}, identify the owner of such Undexgrouzzd �'ac�aty and give natzce to tkiat owner and ta City. City w� revievv ihe discavered Undergz�ound Facili[y and determme the extent, if any, to which a change may be required in the Contract Documents to reflect and docunaent tkxe consequences of the existence or 1oca�ion of the Underground Faciiity. Contractar shall be respons�le for the safety and protection af such discovered Underground Fac�7ity. 2. Ii City concludes that a claan.ge iu�. tlae Contz'act Dacutxi.ents is required, a Change Order may be issued to reflect and document such consequences. 3. VerzE"�catia� of e�cisting uiilities, structures, and service l�es snall include nat�cation of all utility eompanies a mu2imum. of 9�8 houxs an advan�ce of canstruction including explaratary axcavaCior� rf �ecessary. �.05 Reference Points A. City shall provide engineering surveys to establ�h reference points far construction, which in Crty's judgnnent are necessary to enable Contractor to proceed with the Work. City will provide cons�iction stakes or other customary method o#'marking to establish ]nne and giradesfor roadway and utility constructian, centerlines and benchmarlrs for bridgevvork. Contractor shafl protect and prese�eve the established refere�tce pa�ts and property monuments, and shaIl make na changes or relocations. Contractor sk�all z'epo�rt to City whenevex a�y refer�nce point or properiy monument is l�st or destroyed or requires relocatior� because oinecessazy chan�es in grades or laca�ions, The City �hall be responsble for the replace�ent or reloeation of reference poir�ts or piroperky znanuments not carelessly or willfully destrdyed by the Contractor. The Contractor sha11 notify City in advance and witb. su£�cient time ta a�aid delays. B. Whenever, in the opizuan o£ tlae City, any reference poi�t or monurnent has bee� carelessly or willfully destroqed, disturbed, or rer�o�ed by the Contractor or any of his employees, the fuIl cost �or replacmg such points plus 25% will be eharged agairsst �he Con�ractor, and the full amount vvi11 be deducted from payxnent due the Contractar, 4.Q6 Haza�dous Enviranrnental Coradition atSiie A. Reports andDYaw.ings: The Supplem�niary Condi�ions idenf.i�y those reports and drawings known to City xelatitag to Hazardous finvironmental Gonditions thai hava b�en identi�ied at the Siie. B. Limit�d Reliance by Contractor on 7'ec�ntcalData Authorizea': Contzactor may rely upon tl�e accuracy oi the "technical data" contained in sueh reports and drawings, but such reports and cirawmgs axe not Conkract Documents. Such "technical data" is identified in the Supplementary Conditions. Cont�'actox �x�ay nat xnalce any Contract C1aim against City, ar a.ny oi their o�t"ic�rs, directors, men�ers, partners, employees, agents, cozasultants, or subcantractors with respect to: 1. the completeness of' such reports and drawings for Contractor's pu�-�oses, inclucl�ng, but not �innaited to, any aspects of t11e means, methods, t�cluu��tes, sequences and pracedi.u•es of CITY OF FORT WORTH STAI�TI3ARDCONSTkl1CTIQN SPECIF[CATION DOCUMENT5 Revision: 823/2021 WESTCREEK CHANI�EL MAINTENAI�Cf CIN PRQJECT NO. i03060 007200-f GENERAL CONDITION S Page 15 of 53 construction to be employed by Contractor and safety precautions and prograrns incident thereto; or 2. ather data, interpretations, opmions and 'mformation cantained in such reparts or shown or indicated in such drawin.gs; or any Contractor interpretation of or conclusion clrawn frozn any "technical data" or any such other data, interpre�ations, opinio�s or inFarmation. C. Contractor shall not be responsible for any Ha7ardous Environmental Conciitian tuacovered or revealed at the Site whicY� was not shawn. ox indacated in. Drawir�gs or SpeciFications or 'rdentifie d sn the ContractDocuments to ba witihin the scope of the Work. Contractor s]�all be responsr�ble for a Hazardous Environmental Candi�ion created �ocrifh any rnaterials broug�t to the Site by Contractor, Subcont�•actors, Suppliers, or anyone e]se far whom Contractor is responsibl�. D. If Con�ractor encaunters a Hazardous Environ�xiental Condi.t�o� or if Contractor or anyone for wbom Contractor is responsible creates a Hazardous Environtnental Condition, Contractor shall irni�nediately: {i� secure or otherwise isolatie such condition; (u� stop all �ark i�a connection with such condation ax�d an any area affected thereby (except in an emergency as required by Paragraph b.17.A}; and {iu) notify City (and prorrzptly tbexeaftex confirm such notice in writing). City may consider tl�e necessity to retain a qualif'Zed expert to evaluate such coz�dition or take carrective action, if any. E. Contractar sb.aIl not be required to resurne �'+LTork in c�nnection �rith srrch condition or in any affectedarea t�ntil after City h:as obtained any xequired permits related thereto and delivered written notice to Contractor: (i) specifying that such conditian and any affected area �s or has been x•endered sui[,able �'or the resumptian of Work; or (u) specifying any special conditians wader which such Work may be resumed. F. If after r�ceipt of such written notice Con.t�ractor does not ag�ree ta zesume such Work based on a reasanable belief it is unsafe, or dt�es not agr�e to resun�e such Workunder such specfal conditions, then City z�na.y order t�e p�rtion of tlle Work that is in the area affectedby such condition to be deletad from the Work. Ciry may ha�a such deleted portion of the Wark performed by Ciry's own fnrces or ot�ers. G. To the fullest extent perrnatted by Lcztivs and Regulations, Contr�actar shall indemn� and hold harmless City, from and again�t alI claims, costs, losses, a�ad damage,s (fncludfng but not lirr�rted to all fees and chapges of engineers, archiiects, attorneys, and otherp�-ofessionals ana� all cour�i or arbitratian �N other dispute resolution costs) axising ozit of or relating to a Hazardous Envit-onme�ctalCondition creuted by Contractoror� by anyaneforwhom Coniractaris responsible. Nathzng in this Papagraph 4.06.G shall obligate Contractor to indetnn� any individuai o� entily f�orra arzd agairzst the consequences of that individuad's oY entity's own negligence. H. The provisions of Paragraphs 4.02, 9.�3, and 4.04 do not apply to a Hazardc�us Environmental Conditian uncovered or revealed atthe �ite. C1TY OF FORT WORTH STANDARDCONSTAIICTION SPECIFICATlON vOCUIvfC]VT5 Revision: $�?3/�]21 WESTGRE�K CHANNEL lUTAINTENANCE CITY PROJECT NO. 103060 Q07200-1 G£NERAL CANOITION & Page 16 of 63 ARTICLE � — BONDS AND INSURANCE 5.Q1 Lacensed Sttreties and Irasurers All bonds and irnsuxance required by the Contract Docurnents to �e purchased and maintained by Contractor shall he obtai�ed from surety or �surance corrr�panies that are du�}+ �censed or aulhorized in the State of Te�as to rssue bands or insurance policies for the limits and coverages sa xequired. Such surety and insurance companies shall also z�neet suck� additional requirements and qualiizcations as may be p�ovided � the Supplernentary Conditions. 5.02 Performance, Payment, anciMaintenance Bonds A. Contractar sha13 fiuYvsh performance and payment bonds, in accordance with Texas Govez-x��nent Code Chapter 2253 ar successor statute, each in an azx�.ouni equal to tbe Coniract Price as security for the fai.thful per�ormance and payment of all of Contracfor's obligations under the Contract Documents. B. Cantractor shali ftunish rx�aintenance bonds in an amount equal to the Conttact P�zce as security to protect the City against any defects in any portzo� af the Work described in the Coniract Documents. Mainteza�ance bonc� shall :remain in effect for two (2,) years after the date nf Fina� Ac cepta�c e by the City. C. All boncls shall be in the form prescztbed hy the Contract Docurnents except as provided otheztivise by Laws or Regulations, and shall be executed hy such sureties as ar� nained in ihe Iist of "Compazves Holdirag Certificates of Autharity as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companres" as published 'm Circular 570 {ar�aended) by the Financial Management S�rvice, Si�rety Bond Branch, U.S, Department of th� Treasury. AlI bonds sig�ned by a�► agent or attorney in-fact must be accompaz�zed by a sealed a.nd dated power af attorney which shalS show that it is effective on the date the agent ar attorney in fact signed each bond. D. Iithe surety on any bozad furnished by Contractor is declared bankrupt or becomes insolvent or its right to dn business is terzninated in the State af Texas or it ccases to meet the requzrczx�ents af Para�;rraph5.02.C, Contractor shau promptly notid'y City and shall, within 30 days aierthe event giving rise to such natif'ication, provide another bond and su7rety, b�tk�. of which shaIl comply vvith th� requirements of Paragxaphs 5.Q1 and SA2.C. 5.03 Geriificales of Insztrarace Contractor �hall deli�er to City, with copie� to eachadditional insured and loss payee identifi�d in the Supplementa7y Canditions, cextifcates af insurance (other �vidence of ins-u�rance requested by Ciiy or any okhex additional instued} in at least the niinimwn amount as sp�cif�ied in the Supplementary Conc�itions which Con�ractor is required to pwrchase and mau�tain. I. The certif'icate of insurance shall docutnent the Ciiy, and all ide�tif'zed enti�ies named in the Suppletrientaxy Conditions as "Additional Insured" on all liability poficies. CITYOFFORT WORTH STAi�iD.4RDCpNSTRUCTION SPECIFICAT[ON DOCUMENTS Revision: 8�L3I3Q21 WESTCREEK CHANNEL MAINT�NANCE CITY 7RQJEC7 NO, iO3Q60 007200-1 GENERAL CON�lT14N S Page 17 of fi3 2. The Contraetor's g�neral lial�ility insurance shall include a, "pex project" or `�er location", endorsezn.ent, which shall be identified 'm the ccrtif'icate af insu�ance provided to tlxe City. 3. The certi�'icate shall be �igned by an agent autharized to bind caverage on behalf of the insure d, be complete �n its entirety, and shaw co�rz�plete insurance carrier names as listed in the current A.M. Best Prope�y & Casualty Guide 4. The insuz�ers for aIl pol�cies must be licensed and/or approved to do business in the State of Texas. Except for w�rkers' cornpensat�on, all insut'ers must have a minimum raiing o£ A-: ViI in the cw�'ent A. M. Best Key Ratiz�.g Guide ar have reaspnably equ'rvalent financial strength and splvency to the satisfaction of Risic Managen�ent. If the rating is below that requixed, wxitten appraval of City rs required. 5. All applicable policies shall iir�clude a Waiver of Subraga�ion (Rights of Recovery) in favor o�' the City. In addition, the Contractor agrees ta waive aIl righis af subroga�ion against the Engineer (�' applicabl�}, and each additianal insured ident�ed in the Supplementary Condition� 6. Faihare of the City to de�aar�d such certiiicates or other ��ridence of full cornpliance witb. the insurance r�qu�'ements or faihire of the City to identify a deficiency from evidence that �s provided sha�l not be cdnstrued as a waiver of Contxactor's obfigation to mamtain such Iines of insurance coverage. 7. If insurance palicies are not written for specified coverage limits, an Umbralla or Excess Liability insurance for any dif'fez-ences is requ�-ed, Excess Liabii�ity shall follow form of the primary coverage. S. Unless otherwise stated, all required insarance shall be written on the "oecurrence basis". If coverage is underwritten on a claims-rnade basis, the retroactiv� date shall be caincident with or prior ta th� date of the effective date of tl�e agreement and the cer�ificate of insurance shall state tbat the coverage is claitns-made and th.e rretroactive date. The insurance coverage shalI be mai�r�taiz�ed for the dux•ation af th� Conira�l and for three �3) years £oliow�ng Final Acceptance providec� under the Conhact Documents ai• far the vvarrantyperiod, whichever is longer. An annual eer�ificate af insurance submitted to t1�e City shall evidence such insurance coverage. 9. Palicies shall have no exclusions by endorsernents, whie�i, neither nulli.fy ox amend, the required lines of covei•age, nar decrease the limits of said caverage unless such endorseznents are approved in r�riting by the City. Tn the event a Coniract has been bid or e�ecuted and the exclusions are determined to be un�.cceptable ar the City desires addztional in.surance eoverage, and the Ciry deszres the contractor/engineer ta obiain such coverag�, the cantira�tprice shall be adjusted by the cost of tlae premium far such additional eoverage �Ius 14%. 10. Any se�i irYsured retention {SIR}, in excess af $25,40fl.00, affecting requir�ci insurance cavez'age shall be approved by the CiCy in regards to asset val�e and stockholders' equity. In Cf1'Y OF FQRT WQRTH STANIJARDCQN3TRUCTiON SYEC[�'1CAT[ON I�OCUMEN'P5 Revision: $l2312�2] W�S7CREEK CHANNEL IUfAINTENANCE CITY PROJEGT NO. 1Q3060 D0720Q-1 GENERAL COND ITION S Pag€ 18oC63 iieu of tradit�onal insurance, altez7native coverage maintained through insvrance pools or risk retentian groups, must a�so be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not proviide coverage on a first dollar basis, must be acceptable to and apprnwed by ihe City. 12. Czty, at its sole ci�scretion, rese�ves the right to review the insurance requ�ements and to make reaso�able adjustments to msuran.ce covexage's and their limits when deemed necessaty and prudent by the Ciry hased upon changes in statutory �w, court deci�ion or the cJaims �iskory af the industry as well as af the cantractmg party tn the City. 'The City shall be required to provide prior notice of 90 days, and the insurance adjust�nents shall be �corporated into the Work by Change Order. l�. City shall Y�e entitled, upon writ�en request and without �xpense, to receive copies of policies and endorsements thereto and may make anp reasanable requests for deletion or re�ision or mo�cations of particu�r policy temzs, canditions, limita.tions, or exclusions necessary to conform the policy and endorseznents to the rcquiremen�s ofthe Con�ract, Deletions, revisions, or mod�ications shaIl not be rec�uired where policy provisions are established by law or regulations bindi�g upon either party or the underwriter on an�r such policies. �4. City shall not be re�paz�sible foz' the d�'ect payment of msurance premium casts iar Can�ractor's insurance. 5.04 CantractoY's Insurcrnce A. Wor�l�ers Compensatian and Employers' Liability. Contracior shaI1 pUrchase and inaintain such insurance coverage with ]�mi�ts co�asiustent with statutazy benefits aut�ed � the Texas Workers' Compensation Act (Texas Labor Co�e, Ch. 406, as axn.ended), and min.i�num limits far Employers' Liabili�y as is apprnpriate for the Worlc being performed and as will prov�de protection frazr� claizns set forth below which inay a.iise out of or result from Cantractar's performance of the Work and Contractor's other obligations under the Contract Docurnents, whether i# is td be perfarmed by Cont�actnr, any Subcont�•actar or �upplier, or by anyone di�ectly oz• iu�directly employed by any of them to perform any af the Work, or by anyone for whose acts any of them may be Ii�able: 1. claiiras u�nder workers' campensation, disability benefits, and at�er similar employee bene�t acis; 2, cla�ns for darnages because of bad�y inj�.uy, occupat�onal sic�nness or di�ease, ar deaih of Contraetor's eznployees. B. Com.meretal �General �irxbility. Coverage shall it�clude but not be limited to covering liability (bodily in,jury or �roperty damage) arising fiorn: premises/operations, in.dependent cant�•actors, productslcompleted operaiions, persanal injury, and 1iaUility under an insuxed contz'act. Izasturazace shall be provided on an �ccurrence bas�s, and as comprehensive as the current Insurance Services Off�ce {ISO) policy. This insurance shaIl apply as primary insurance wif11 r�speet to any other CTTYOFFORT WORTfi STA3*1DARI1CON5TRUCT30N SPECIFiCAT[ON DQCI[MENTS Revision: �13fZ�ll WE3TCREEK CNANNEL MAINTENANCE CITY PROJECT NO. 103060 00720D-1 GENERAL CON� ITION 5 Paga 19 of 63 insurance ar self-znsurance programs afforded to the City. The Commercial General Liability policy, shall ha�e no exclusio�s by endorsements that wauld alter of nullify premises/operatians, products/completed operations, contractual, persona� injury, or advertisin�g itajuxy, whick� are normally contained with the polic�, unless the City approves such exeIusions in writing. For const�ruuction p�ojects that prresent a substanti�al complefed opet-ation e�osure, f.�e Ciry may require the eontractor to mamtain completed operatioz�s covexage for a minimum of no Iess than thr�e (3) years %IIovving the comp�etion of the project (if identified in the Supplementary Canditians). C. AutnmabileLiability. A commercial business auto policy shall provide coverage on "any auta", defined as autos owned, hffed and non-owned and pro�ide indemnity for claims for damages because bodily iQjury or death of any person and ar praperty damage arising out of the work, maintenance or use of any motox vehi.c�e by tYae Caz�tractor, a�y Subconiractor ar Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Wark, or by anyone for whose acts any af them may be liable. D. Railraacl P�-otective Liabili�. If any of the work ar any vcrarr�nty work is wit3un the limits of railroad right-of way, the Cont�actor shall camply with the requirements identified in the Supplementary Conditions. E. Notification ofPolicy Cancellation: Contracior snall imtnediately not,ify City upon cance�latio� or other lass of n�sLuance c�verage, Contr-actor shall stop work uniil replacement insurance has been procured. There s�all be no time credit for days not worked�ursuant to this section. 5.05 Acceptance afBonds andlnsu�ance; Option Po Replace If City has any objection to the coverage afford�d by or other provisions of the bonds ar insurance required to be puz'chased and maintained by the Contractor in accordance with Article 5 on t}►e baszs of non-conformance with the Contract Documents, the City shall so natify the Con�actor in writing within 1Q Busitiess Days aflerrecei�at of the cei-tificates (ox other evidence requested). Coniractor shall provide to the City such adclitianal infomYation in respect of insurance provided as t�e Czry �x�.ay reasozaably xequest. If Contractor does not purchase ormaintain all o�the bonds and insurance required by t�e Contract Doeuments, the Czty shall notify the Contracior in writing of such faihYre prinr to the start of the Work, or af such failure to mainta.in prior to any change in the required coverage. ARTXCLE b — CONTRACTOR'S RESP�NS�BILITIES b.01 Supervrsion ana'Superintendence A. Cnnt�actor shall supervis�, inspect, and direct the Wark competently and e��czently, devating such attention thereto and applying such slcrlls and expertise as nnay be necessazy ta per�oz�:� tk�e Work in accordance with tlie Cont�-act Documents. Contractor shall be solely responsble fvr the �n.eans, naethods, #echniques, sequences, and procedures of consfi�u.etion. C1TY OF FORT WORTH STAIIDAR]JCONSTRUCT[ON SPEGFECATIQN DOCUMENTS Revision: $fl3flp2l WESTCREEK CHANNEL tv1AWTENANCE CiTY PROJECT Na. 10306D 0072OD-I GENERAL CON4l ITION S Page 20 of 63 B. At all t�mes during the progxess of the Wor%, Cantractor shall assign a competent, English- speaking, Superintendent who shall not be replaced wzth.out wri�ten notice ta City. The 5uperintendent �r,r� be Contractor's representative at the Site and shall have autlaority to act on behalf af Contrac�or, All cammunication given to or r�ceicred frorn ihe S�tperintendent shall be birnding an Contractar. C. Contractar shall notify the City 24 ho�rs prior ta xnovin.g areas du�ing t�e sequence of construction. 6.02 Labor; WorkingHout�s A. Contractar shall provzde competent, suitably qua.lif'ied personnel to perfnrm construction as required by tlae Contiract Docunaen.ts. Contractor sh.all at a1I �nes mainfa.in good discipline and order at the Site. B. Excapt as otherwise required far the safety or protection of persor� or t13e Work or property at the Szte ox adjacent thereto, and except as otherwise stated 'm the Contract Documents, alI Wark at the Site shall be performed durjng Regular Working �Idurs. Contractor wiU not permit the �erfarmance of Wark beyond Regular Workin.� Hours or for VVeekend Working Hours without City's written cons�nt {which will not be unreasonably witl�held}, Wixtien request (by le�ter or electronic co�nmunication) to perform Work: for beyond Regular VLlorlcuig Hours z'equest za�.ust be made by noon at least ttiuo (2) Business Days prior 2. %r Weekend Working Hours requestmust be macie by noon of the preceding Thuz�sday 3. for legal hol�days request must be made by noon two Business Days prior to the 1ega1 holiday. 6.03 Services, Materials, c�nd Equiprnent A. Unless otherwise specified in the Contract Dacuments, Confractor shall pro�ide a.nd assume full responsxbility £or all services, materials, equipment, labor, transportation, construction equi�ment and rnachin�ry, tools, appliances, fuel, power, light, heat, telephone, water, sanitary �ac�ities, terr�orary faciliti�s, and all other fac�7ities and incidentals necessary for the pez-£oz-�nance, Cont�actar required testing, start up, and complei�on of the Wark. B. Ail materia�s and equipznent incazparated irito �e Wark shall be as specified or, ifi' not speciiied, shall be of good qualiry and new, except as otherw�se provided zn the Contract Documents. All special warranties and guarantees required by the �pecifications shall expressly run to l.he benefit of City. I:F requ�•ed by Ciry, Contractor shail furnish sa#isfactory evidence (including reports qi requir�d tests) as to the source, kind, and quality o�zjrxatexials and eq�ipment. CIT1' OF FORT WORTH STAI*iQARDCONSTRUCTION SP�CIEECAT[qN DOCUMENT$ Revision: 82'ifID21 WESTCREEK CHANNEL MAINTENANCE CITY PROJECT NO. 103460 00 72 00 - I GENERAL COND ITION S Page 21 of 63 C. All rnateritals and equipment to be incorporated into the Wark sk�all be stored, applied, installed, conziected, erected, protected, used, cleaned, and conditioned in accordance wiih instructions of the applicahle �upplier, except as oiherevise may be provided in the Contract Doc�xments. D. All �ems of standard er�uipment to be incorporated inta the Work shall be the Iatest model at the t�ne oi bid, unless o�herwise specified. 6.Q4 Project Schedule A. C��tractor shall adhere to the Project 5chedule established in accordance �nrith Paragraph 2.07 and the G�neral Requirements as i� may be adjust�d from time to t�rne as provided below. 1. Contractar shall subrnit to City for acceptance {to tlae extent iraadicated izi Parag�-aph 2.07 and the General Rec�uirem�nts} proposed adjustments in the Project Schedule that will nat result in changmg the Cnntract Time. Such adjustments will cornply with any pxovisior�s of the General Rec�ements applicable therefa. 2. Contractor shall submit to City a monthly Pxoject ,S�hedule with a monthly progress payzx�ez�t far the duration af the Contract in accordance with the schedule sp�cification 01 32 16. 3. Proposed adjustrn�nts m the Proj�ct Schedule that will change ihe Contract Time shall be submitted ir� accordance with the requirements of Article 12. Adjustments in Contract Time nnay only be nr�ade by a Ck�ange �rder. 5.05 Substitutes and "Or-Eguczls" A. Whenever an item of material or ec�uipment is specified ar described in the Contract Docurrients by using the name of a praprietary item or the name of a particular Supplier, the specif'ication ar descriptaon is iz�tended to establish the type, fizrxctioza, appearance, and quality requiz�ed. Ux�ess the specif"�catian or description contains or is followed by words reading that no like, equivaleni, or "or-equaP' item nr no substitution i� pei�nitted, other items of material or equipment of other Suppliers may be subrnitted to City far review under the circumstances descr�ed �elow. "Or-Egual "Itenas; Tf in, City's sole discretian an itern of material oi• equipment propased by Cont�actor is funciianally equal to that nain�d and suf�iciently similar so that no chang� in relafied Work will be required, it may be considered by City as az� "or-equa.l" item,, in which case re�iew and approval of the proposed item may, in Crty's sole discretion, be accomplishe d without connplianc� with soz�n.e oz- all of the requirennents for appraval of proposed substitute itetns. For frie p�uposes of this Paragraph 6.05.A.1, a proposed i�em of material or equipinent wiIl be cotisidered functionally equal to an item so named i#: a. the City determ.ines that: 1) ii is at least equal in matez-ials of construction, quality, durability, appearance, strength, and d�srgn characteristics; CITY OF FpRT WORTH 5TA1VI)ARDCONS?RUCTION SPEC1FlCATION DflCi7MENT5 Revision: $I13J'�Q21 WE3TCR�EK CHANNEL MA�NTENANCE CITY PROJECT NO, 903060 00 72 00 - I GENER�IL CON�IT141V S Page 22 of 63 2) i� v;Till reliably perfarm at least ec�ually well the fi�nct�on and achieve tbe results imposed by the design concept of the completed Praject as a functionu�g wh�ole; and 3) iti has a proven record of performance and ava�7ability of responsi�ve service; and b. Contractar c�rt�e5 tlaat, i.f approved and incoiparated �to the Wark: 1) there wilt be no increase in cost to the City ar iu�crease in Contract Time, and 2} it will conform substantially to the detai�ed raquirements of the item named in the Con�trract Document�. 2. Substit�cte Items: a. If in City's sole discretion an item af material ar equipment proposed by Contractor does not qua�i�'y as an "or-equal" item under Paragraph 6.OS.A.1, it ma�+ b� submitied as a proposed substitute itezxa. b. Contractor shall sub�t sufficient information as provided below to allc�w City to determine if the item oi material or equipment proposed is es�ent�ally equivalent to that naxned and an acceptable substitute there%r, Requests for review of proposed SU�5ti�1.1tB items af material or equzprnent will not be acc�pted by City from anyone other fihan Contractor. c. Contractor shaIl make written application to City far review of a proposed substitute item of �naterial or equipmeni that Contraciar seeks to furnish or use. The application shal� comply with Section O1 25 00 and: 1} shall certify that tl�e pxoposed substitute item wiil: a) perform adequately the fur�ctions arzd achieve the xesulks called for by fi�ze general design; b) be sin:iilax in substance to that specified; c) be suited to the same use as that specified; and 2) wiil stafie: a} #�ae extent, if any, to whieh the use o� th� proposed su�stitute item will prejudice Contractor's achieve�nent of fanaI completian on time; b) whether use nf th� proposed substilute itern in the Worl� will xequire a chaz�ge in �ay of the Contract Documents (ar in the pravisions of any other direct contract with City fo'r otker work or� t�e Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICAT1dN TJOCLTMENTS Revision: &?3C1.(�l W�STCFt��K CNANNEL MA]NTENANCE C1TY PROJEGT NO, 103060 00 7z oo - i G�N��a�co�oiTioN s Page 23 af 63 c) whether incoz-pora�ion or use of the proposed substitute itern in connection with the Work is subj�ct to pay�nent o� any license fee ar royalty; and 3) will identify: a) all variations af the pr�posed substitute item from that specif"ied; b} available ezagiaaaeering, sales, maintenance, repair, and rep�acement services; and 4} shall contain an itemized estimate of all costs ox credits that will resuit direct�y or iradirectly from use of such substihrte iiem, including costs of redesigr� and Damage Claizaas o� other contractors affected by any resulting ehange. B. Sxtbsfitute CanstructionMethods orProcedures.� If a specific means, method, teclinique, sequence, or procedure of cansixuction is expressly required by tb.e Contract Docuz�ents, Contraciar may furni�h or utilize a substitute means, method, technique, sequence, or procedure of canstruction approved by City. Cozztractar shall submit su�ficient i�formation to allQw City, in City's sole discretion, to detet7nine tl�at the substiiute proposed is equivalent to that expressly called for by the Contract Doeuments. Contractor shall make written applicatian to City for review in the same manr�er as those provided in Paragraph 6.OS.A.2. C. City's Evah�c�taon: City wiil be allowed a reasonable time vviihin which to evaluate each proposal or subtnittal made pursuantto Paragraphs 6.05.Aand 6.OS.B. City mayrequire Contractar �a �'urivsh addi�-ional ci�ta abaut the pxoposed substitute. Cxty will be the sole judge of acceptability. No "or�equal" ar substitut� wiIl be ordered, installed ar utilized uaatil City's re�iew is compfete, which will be evidenced by a Change Order in tlie case of a su�sti�uie and an accepted Submittal far an "or-equal." City will advise Con�ractor in writang of its determination. D. Speciai Guarantee: City may rec�uire Contractor to furnish at Contractor's expense a special perfo�mance guarantee, wa.iranty, or other surety �vith respect to any substi�.ute. Contractorshall indemnafy and hold hcrrmless City and anyone di�ectlydr indirectly ernployed by therraf�om ancl againstanyanc�allclaims, darnrLg�, lossesandexpenses{inclzrdingaitoNneysfees)ar�isaragoutof the a�se of substit�ted materia7s ar equipment. E. Ciiy's CastRefr�b�rsement: City wrll recard City's costs in evaluatin.g a substitute prapdsed or subznitted by Cantractor pursuant to Paragraphs b.05.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or s�bmitted by Contractor, Contractor ma� be required to reimburse City for evaluatmg each such p�roposed substitute. Contractpr may also be xequired to reirnbi�.rse City fo� the charges for rnaicing ehanges in the Contraet Docunnezats (or in the provisions of any other direct contract witl�. City) resulEing from the acceptance of each propased substitute. F. Cont�ccctor's Expense: Contractor sha11 provide aIl da#a in support of ar�y proposed substitute or "or-eqaal" ai Cnntractor's expense. CTI'Y dF FORT WORTIi STANDARJ�CdN3TRUCTI6N SPECIF[CATION DOCUIvIENT5 Revisioa: 823I�12.I WE9TCREEIf CHANNELMAINTENANCE GiTY PROJ�C7 NO. i0305P no �z aa- � GENERAL CONDlTION S Page 24 af 63 G. City Substituie Reimbursemeni: Costs {savin.gs or charges} attrbu�a.ble to acceptance of a suhstitute shall be uicoxporated to the Contract by Change Order. H. Time Extensions: No additional tir�e will be granted for substihttions. 6.�6 Coneerna�zg SubcontYactors, Supplie�s, ar�d Others A. Contract�r shall perform w�th his own orgaz�izatioza, work of a value not less than 35% of the value embraced an the Contrac�, unless otherwise approved by fihe City. S. Contractar skaa� nat emplay any Suhcon�ractor, Supplier, or other indi�idual or entity, whether initially or as a replacement, against whonn City may have reasonable objectian. Canteactor shall not be requ�e�d to employ any Subcontractor, Supplier, or otlaer ind'zvidual or entity to fut•nish or perform any of the Work against whorn Contractar bas reasonable abjection (excluding those acceptable fo City as ir�dicated in Paragraph 6.06.C). C. The Cii� may from titne to time xequire the use of certain Snbcontraciar�, Suppliers, or other individuals or entities on t1�e project, and will provzde such xequirerz�ents iu� the Supplementary Conditions. D. Minorily ]3usiness Enterprise Campliance: It is City policy to ensure the full and equitable participation by Minority Busin.ess F,nterprises (MBE) in the procurement oi goods and services an a contractual basis. If the Contract Docuznenis provzde for a MBE goal, Contraciar is required �o comply with the �tent nf the City�'s MBE Ordinance (as amended) by the followang 1. Contractar shall, upon request by City, grovide corr�plete and accurata information regarding actual wark pexforr�aed by a MBE on the Cai�t�act and payment therefor. 2. Contractor �rvyil not make additions, deietions, orr substitukions a� accepted MBE without written cansent of the City. Ar�y imjusti�i�d change nr d�letian sha11 be a inaterial breach of Cont�act and znay result in debarment in accordance w'rth the �roeedures outIul�d in the Ordinanee. 3. Contractor shall, upon requesthy City, allow an audit andfor examination af an.yboo�s, records, ar fli es in the possession oi the Contracior that wiIl substantiate the actual wark performed by an MBE. Material �,vsreprese�tation of any nat�e will be grounds far term3riation of the Contract in accordance with P arag�'aph 1.5.02.A. Any such misrepresentation may be grounds for cl�sc�alification of Contractor to bid on future contiracts w�itb f.�e City far a period a� not less tha� three years. E. Contractor shall be fiil�y responsxble to City for all aets and omissians of the Subcontt-actors, Suppkers, and other individuals or entit�es perfot�rning or fur�iishizig az�y of tlae Work just as Cantractor is �-esponsible %r Contraetnr's ow�n acts and amissions. Nothing in the Contract Docutx�.ents: C1TY OF FORT V�OfiTH STANDARDCONSTRUCTION SPECIC]CAT[ON ❑QCI.JMFNTS Revisian: &�l3C.z021 W�STGR��K CHANN�L MAWr�NANCE CITY PROJECT M1iO. 103060 ao 7z oa - i ��NERa�co�oiTioNs Page 25 of 63 I. shau creata for the ben.efit of any such Subcont�actor, Suppli�r, or ather ind'zvidual or entity any contractual relationship between City ar�d any sucl� Subcon�ractor, Suppfier ar other individual or enti�y; nor 2, shalI create any obligation an the part of City to pay or to see to the payzxient �f any moneys due any sueh Subcontractor, Supplier, or other indi�ridual or en�ity except as m,ay otherwise be required by Laws and Regulations. �'. Contractor shall be solely respons�le for schedulzn.g and cooxdinating the Work oiSubcontractors, Suppliers, and ather individuals ar entities performing or fiu-nishing any af th.e Workunder a d�ect or indirect contract with Contractor. G. All Snbcontractors, Suppliers, and such otlaer nndividua.ls ox entities perfarming or furnishing any of the Wark sball c�mmunicate with City ihrougll Cont�aetor. H. AlI Wark perFoxzxaed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement betweez� Coz�tractar and the Subcontractor or Supplier which specif'ically binds the Subcontractor ar Supp�ierr to the a}aplicable terms and conditions of the Contract Doc�ents iar the benefit of City. 6.07 Wage Rates A. Dzcty to pay P�evailing Wage Rates. The Contractor shall comply �rvith all requirements of Chapter 2258, Texas Gover�nent Code (as amended), �cludirig the payment of not less than the rates deternvned by the City Council of the Ciiy o� Fort Worth to be the prevailing wage rates in accoxda�ce with Chapter 2258. S�xch pr�vailing �vage rates are included in these Cont�act Documen�. B, Penalty for Viodation. A Contractor or any Subcontractor wha does not pa.p the prevailing wage shall, upos� demand made by rhe City, pay tc� the City $60 for each worker employed for eac�i calendar day or part of the day that the wnrker is pard Iess tl�an tlae pxevailing wage rates stipu�.te d in these contract docur�xc�ts. Th�s penalty sl�all be retained by the City to offset its adr�i�istrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and Cily Determtnatio�a af Goar� Cause. 4n receipt oi mfor�natian, including a conaplaint by a worker, canc�rning an alleged violation o£ 225$.Q23, Texas Governrnent Code, by a Con�ractor or Subcon�rac�ar, f,he City shall make an �itial determuiation, before the 31st da.y after ihe date the City receives the information, as to whether good cause e�sts to believe that ihe violation occurred. The City shall notify in writing the Contractor ar�ubcontractor and any af£ectedworker af its initial determrnation. Upon the City's determination that there is good cause to belie�e the Can�ractor or Subcontractor has violated Chapter 2258, th� Ciry shall retam the full azx�.ounts clafrned hy the cl�aunant or claimants as the di.fference betweenwages paid artd wages due under the prevailing wage rates, such ainounts being subtracted from successive pragress payments pending a f�aal deterznin�atzon of the violation, crrYaF �axr wo�rx STANi7ARDCONSTRUCTI6N 3PECIFICAT[ON DOCUII+IENTS Ctevision: ftf13I1.Q�l WESTCREEK CHANNEL MAIN7ENAh€CE CITY f'RQJ�Ci N0. 1030fi0 00 72 OU -1 G�3V�F2ALCONDlTION 5 Page 2b of 63 D. Arbitration Required if Violatian NaiResolved. An issue reiating to an alleged violation of Section 2258A23, Texas Governmeni Code, including a penalty awed to tlie Ciry or an affected worker, shall b� subrnitted to binding arbitration in accarc�an.ce with th;e Te�s General Arbi�ration Act (Article 224 et seq., Revised Statutes) i� ihe Contractor or 5ubcontractor and any affected worker does not resol�e fi.�e issue by agreementbe%re the 15th day afterthe date the City tnakes its i�itial. determination pursUant to �axagraph C above. If the persans required to arbitrate under this secfian do not agree on an arbi�ratar before the l lth day after the date that arbitratinn �s required, a district court shall appoint an arbitrator on the petition af any of the persans. The City is nat a paz�ty in the arbitration. Tbe decisian ar�d award of the arbitrator is final and binding on all partzes and may �e enforced iun any court of competent ju�isdic�i+an. E. Records to beMaantaaned. Tl�e Contractor and each Subcontxactor shaU, far a period oit�ree (3) years following the dat� of acceptance of t�e warl�, maintain recoxds that show {i) the name and occupation of each worker emplaqed by the Cantr'actor in the construction of the Woxk provi.de d for in this Contract; and {ii) the actual per diem wages paid to each warker. The records shall be open at all reasonable hours for �pection by the City. The provisions of Paragraph 6.23, Right to Audit, shafl periain to this u�spection. F. Progress Payments, Witn each progress payment or payroll period, whic�ever is less, tlae Cantractor shall sul�mit an affida�it statin�g that the Co�tractor has complied witYi the requ�reme�t� of Chapter 2258, Texas Government Code. Ci. Posting of Wage Rates. The Con�ractor shall post prevailing wage ra�es in a conspicuous pla.ce at all ti�ra�es. H. Subcont�actor Compliance. The Contractaz sl�all 'nsclude in its subcontracts andlor shall atherwise require all of its �ubcon�ractors ta comply with Paragraphs A throug�i G above. 6.08 PatentFees and Royalties A. Contractor shall pay aIl Iicense fees and royalties and assume aIl costs incident to the use in tb.e performance of the Work or the incarpoxatzon in the �ork of any invention, design, pYocess, product, or device which is the subject of patent rights or copyrights held hy o�ers. If a particular in.venti�n, design, process,product, or device is specified in the Cantract Docwn:�ents fax use u� the performance o£ tl�e Woxl� and if, to the actual lrnowtedge oi City, its use �s subject to patent rights or capyrights calling for the payxnent o� any license fee or royalty ta others, the existence af such rights sh�ll be disclosed by City in the Contract Docurn.en.ts. �'a.�ure of tha City to ctisclose such iw.fo�aatian does noi refieve the Canl�actor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regtelatio�s, Cantr�ctar shall indemn � and hold haYmless Ca1y, from and againstall clainzs, costs, losses, and darruxg�s (incl�tding but not limited to ald fees a�zd charges of engineers, architects, attot�neys, ctnd o�he�p�^ofessianals and all couri or arbitration or ather dispute resolutian costs) arising out of or r�elatirag to any infrirzgernent of patent Nights o� copyrights incfdent to the use in the performa�ce ofthe Work or resultingft�om CITYQ�POliT WORTH STAhIDARDCONSTRUCT10?� SP8C1F[CAT10N DOCUMENTS Revision: 8/L312�1 WESTCREEK CHANNEL MAINTENANCE GITY PROJEGi NO, 1 U3Q60 00720D-1 GEN�RALCONDITI4N S Page 27 of 63 the incorporation in the Wo�k of any invera2ion, design, pracess, p�nduct, ar clevice notspecifi�d in the ConiractDacuments, 6.09 Permits c�nd Utilities A, ConlNactor obtcainedper�mits anci I�censes. Contractor shall obtain and pay £or aIl canstruction permits and licenses axcept those provided for in the Supplementary Conditions or Contract Documents. City shall assi�t Coniractor, wl�en necessary, in ob�a�irig such permits and licenses. Contractor sha1N pay ai1 governmental charges and ir�spection fees necessary %r the prosecutio� of the Work which are ap�licable at the time of opening of Bids, or, if there are no Bids, �s� tk�e Effective Date of the Agre�ment, axcept for parnuts provided by the City as specified in 6.09.B. City shall pay a�l chaxges o� utiIiry owners for connectians fox p��oviding perma.ne�t service to the Work. B. City obtainedpeYrjzits and licenses. Citywill obtain andpay for al� pertx�its and licenses as pravided for in the Supplernentary Conditions or Contraet Dociu�nents. It will be the Contrractar's responsi�ility to carry out the provisions oi the pennit. If tkie Cantractor initaates changes to the Cont�'act and the City appxoves the changes, the Contractor �s responsibie for obtait�ing clearances and coordinatmg with the appropriate xegulatory agency. The City w� not reimburse the Contractor for any cost associated with these requuemenis of any City acquired permit. The following a�e permits the City will obtain iirequired: 1. Texas Department of Transpo�tation Permits 2. U.S. �t�tny Corps of Engineers Permits 3, Texas Commission on Environmental Qualiry Pernvts 4. Railroad Company Pertnits C, Outstanding pe�mits and licenses. The C�ty anticipates acquisiiion of and/a� access to perz�nits and Licenses. Any outstandrng permits and l�censes are anticipated to be acquired i�n accordanee with the schedule set forth in the Supplementaty Condi�ians. The Project Schedule submitted b� the Contractor in accordanca witk� the Contract Documents must consider any outstat�ding perri7its and licens�s. 6.10 Laws and Regulations A. Contractor shall give al.l noiices required by and shaIl comply with a�1 Laws and Regulations applicable to the performance of the Work. Except �hei-e otherwi�e expressly requiu-ed by applicabie Laws and Reg�la�ions, the City shall not be responsi�le for mo�itoriug Cont�ractor's compliance witk� any Laws or Regulatians. B. If Co�tracior perfo�nas any Warlt l�owing or having reason to know that i� is canirary to Laws or Regulations, Coniractor shall bear all claims, costs, losses, axzd darzaages {includ�g but not l�mited to aIl fees and charges of engineers, architects, attorneys, and other pro�esszonals and all CITY OF FORT WpRTH STANDARDCONSTROCTION SPEC[FfCAT[4N 1?OCIIMEN'T'S Rc�ision: 8r13/2l}2I WESTCRE�K CHANNEL MAINTE�EANCE CITY PRQJ�CT NQ, 103060 007240-1 G�.NEf2AL CANDI710N S Page 28 af 63 caurt or axbitx'ation or other dispute resolution costs} arising out of or re�ating to such Work. Hor�uever, it sha1� not be Cont�actor's responsb�ility to nnake certa� that tke Specifica�ions and Drawings are in accordance with Laws and Regulations, but this s�a�il not relieve Contractor of Contractor's obligations under Paragraph 3A2. C. Changes in Laws or Regulations not lrnow�n at the tm3e of opening of' Bids havin� an effect on the cost ar time of perfoa�naa�ce af the Work may be the subject of an adjustrnent in Contract Price or Con�ract Time. 6.11 Taxes A. On a contract awarded by the Ciiy, an argani7ation which qualif'ies for exernption pursuant to TexasTaxCode, SubehapterH, �ections 15I.301�-335 (as amended),t}ie Contractorrnaypurchase, rent or lease alI materials, supplies and equipment used ar consumed in the perfo�'mance o� this contract by issu�g to his supplier an exemption c�rtif'icate m lieu of the tax, said exemption certif'zcate to compIy with State Comptrolier's Rul�g .007. Any such exemptiQn certif'icate issued t� the Contractor iri lieu of the tax shall be subject ta and s�all camply with the prr�vision of State CamptroI�er's RuImg .011, and any other applicable �ulin.gs perta.ining to the Texas Tax Code, Subchapter H. B. Texas Ta� permits and informatian may he obtained frorrL l. Compl�ol�er of Pubfic Accounts Sales Tax Division Capit�i Station Ausiiri, TX 7871 I; ox• 2. httn:llwww.wuldovc�.state.ta�.us/taxinfoltaxfoz-ms/93�foz-x�as.l�txx� 6.12 Us� of �ite and Othe� AYeas A. Limitation on Use of Site ar�d Other Area�: 1. C4ntractor ��all confine canstruction equipment, the storage of materials and equipment, and the opexat�ons of workers to the Site and o�er areas pernutted by Laws and Reguiations, and sI1aIl not unreasoz�.ably encum�er the Site and other areas with canstructian equipment or other materials or equipmeni. Contractor shall assume full responsibility far any damage to any such la.nd ar area, or to the owner or occupant tl�ereof, ox• of any adjacent land or areas resulting from tk�e performance oi the Work. 2. At any time when, in ihe judgnaent o� the City, the Cantractor has obstructed or closed or is carrying on operations in a portion of a stx'eet, xight o£ way, or easement greater than is necessary for proper ex�cution of the Work, t1�e City may require the Contractor to finish tk�e section on which aperations are in progress before work is commenced on any additional area of the Site. C1TY QF FORT VJORTH STt\NDARDC01�5TRUCTIOtv SPECIN[CATIflN DOCiJIvIEfV'!'S Revision: 82'i2021 WESTCREEK CHANNEL MAIMTENANCE CITY PROJECT NO. 103afiD oa�r2oo-� GENERAL CONDITIQN S Page 29 of 63 3. Should any Damage C�aim be made by any such owner or accupan� because of the perf�rmance o�the Wor�C, Contractor shall pro�tly attempt to resoive the Damage Clauxx. 4. Put�suantto Pa�agraph b.21, Contractorshall indernnifyand hold ha��less Ciiy, f�om and ctgainst adl claims, costs, losses, and darnag�r arisi�2g ar.�t of or relating to any claim or actran, Iegal or equatable, brought by any such owner or occupant �gainst City. B. Remaval of DehYis During Performance of the Wo�k: Du�ring ikte pz'ogress of the Work Contractor shaU keep the Si�e and other areas fi•ee frorn accurnulations of waste materials, rubbish, and other dabris. Removal an.d disposal of such waste znaterials, nibbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenanee Cleaning: 24 hours after written noti�e rs given to the Conl�acfor tk�.at khe clean up on tl�e job site is proceeding in a manner �u�satisfactory to �kie City, if the Contractox fails to corr�et the unsatisfactary procedure, the City may take such clire�t action as the City deems appropriate to correct the clean up deficiencies ci�ed to the Contractar in tl�e written notice (by letter or electronic comm�nication), and the costs of such ciirect action, plus 25 % of such costs, shall be deducted from the monies due or to becorn� due to the Con�ractar. D. Final Site Cleaning: Prior to Final Acceptance of the �Vork Contractor shall clean the Site and t�ie Work and make it ready for utiiizat�on by City or adjacent pz'operty owner. At the completion of the Work Con#�•actor shall remove from the Site all tools, applianc�s, construction equipment and machinery, and suzplus materials and shall restore to original cantlition or better all prope�y disturbed by the Work. E. Loading Struct�cres: Con�ractor shall not load nor perrnuit any part of any struchue to be loaded ir� any manner that wz�Il endanger the structure, nor shall Contractox subjecf any part of the Wark or adjacent pxoperty to stresses or pressures that vviIl endanger it. 5.13 Record Doca�menis A. Contractor shal� maintain in a safe place at the Site ar in a place des�gnated by �he Contractor and approved by the City, a�e (1) record copy of aII Dra�vings, Specif'icatzons, Addenda, Change Orders, Fi�1ci Orders, and written interpretations and clarificatians in good order and anz�.otated to sbow changes made during constructaon. These record documents tagether with all approved Samples and a co�mterpart of alI accepted Subn�ittals will be available ta City far ret'erence. Upon completzon af t�.e Wor�, these record documents, any operation and mainiez�ance manuals, and Submittals vvill t�e delivered ta City prior to Final Inspection. Contractor shall include accurate locatinns far buried and irnbedded items. 6.14 Safety and P�-o�ectian A. Contractor sha11 be solely respansible for initiating, mainta�ning and supervising all sa�ety precautions and programs in connection with �e Work. Such responsibility does not relieve Subcontractors of their respons�ility far the safety af persons or property in the performanca of khezr work, nar for campliance with applicabie safety Laws and Regalatians. Con�iactor sha11 CI'I'Y OF FORT WORTH STAIVDARDCONSTRUCTION SPECIFTCAT[ON I70C171VjENTS Revision: $rL3fl(721 W�STCREEK CHI4NNEL MAINTENANCE CITY PROJECT N�, 103Q6� OU7200-1 G�N�.RAL CONQITIflN 5 Page 30 of b3 take all n�cessary precautions for the safety of, and shail provide the necessary protection to prevent damage, injury or loss to: 1. all persans on the Site or who rnay be affected by the Work; 2. all the Work and materials and equipment to be nncorporated therein, wheiher in storage on ar off the Site; and 3, oiher property at tiie Site or adjacent thereto, including trees, shrubs, ]awns, wallcs, pavetx�ents, roadways, structvres, utilities, and Underground Faci�ities not designated �or rernoval, relocation, or repIacement sn the course of construction. B. Con�ractor shall comply with alI applicable Laws and Regulations relating to the safety of persans ar property, ar to the protection of persans or property iram damage, injury, a� loss; and shall exect and maintain all necessary sa£eguaz�ds �or such safety a�d protectian. Contractar s�all notify owners of adjacent property and of Undergrouxid Facilities axad other utilzry o�+ners when prosecution of the Work rnay affeci them, and shall cooperate with them in t.he protection, removal, relocation, and replacement of their property. C. Contractor shall co�nnply wrth tbe applicable requirez�nents o� City's safety programs, i� any. D. Contractnr �hall inform City of the specific requiremenis of Con�ractaz•'s sa�ety pxog�raz�a, i£ any, wi�h vsrluch City's empinyees and representat�ves �nust comply while at the Site. E. All damage, injury, ar loss ta any pxoperty referredto in Paragraph 6.14.A.2 or f.14.A.3 caused, directly oz' i�n.directly, in whole or in parE, by Contractor, any Subcantractar, Supplier, or any ather mdividual or entity du�ectly or indirectly ennployed by any of them to pexfoz-m any of tlle Work, �r a�yone for vvhose acts any of them may l�e liable, shall be remedied by Contractor. F. Contractor's duties and responsz`bilziies for safety and for protection of the Work shall continue uniil such tinze as all the Work is conrzpleted and Ciry has accepted the Vi1`orlc. 6. I5 Safety Representative Contractor shall info;�m City in writing af Contractor's de�ignated safety representative at the Site. 6.16 Ht�zard CommunicafionPragrams Cont�actor shall be responsible for coordinating any exchange of maierial safety data sheets or other �azard communication information required to be rnade avar7abl� to or exchanged between or among employers in accorda�ace wrth Laws or Regulations. 6.1"7 En�tergencies and/or Rectification A. In emergencies affecting the safery or protection af parsons or the Work or property at the �itc or adjacent thereto, Contractor is obligated to act to prevent ihreate�ted darnage, inj�y, ar Ioss. Contractox shall give Crty pxonnpt written natice ii Contraetor believes that any signifcant C1TY OF FQRT WORTH STANDARDCONSTRI�CTIOA� SP�C1F[CAT10N DOCUNfENTS Revision: 8i13/1021 WESTCREEK CHANNEL MAINTENAIVCE CITY PRQJEC7 N0. 103060 aq72DO-1 GENERAL CONDITfON 5 Page 31 of 63 changes izi the Wark or variations fram the ContractDocuments have been causedthereby or are required as a result thereof. If Ciry detern�ines that a change m ihe Contract Doeuments �s requi�ed because of the actinn talcen hy Contractor in respanse to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respand to a rec�uest �'rom the City to xectify any diserepancies, o�nissions, or correction necessa�ry ta confarm with tl�e requirements of the Cont�.•act Dacuz�.ents, the City shall give the Contractar writte�n no�.ce �a� sucb work or changes are to be performed. The written notice shall direct att�ntion to the d�scxepant conditian and request tI�e Con�ractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulf'�l this written request, or daes nat show just cause for not taking the propex action., with�n 24 hours, the City rnay take such remedial action with City forces or by cantract. The City sha1l deduct an amount equal to th� entire costs for such xenaedial action, }�lus 25%, from any funds due or becoxne due the Contract�r on the Project. 6.18 Submittals A. Contractor shall submit requv-ed �ubmittal� to City foz review and acceptance in accardance with the acceptedSchedule oi Submittals (as required by Paragraph2.�7). Eachsubmittal will be identif'ied as City znay require. 1. Submit number of copies specz£ied zn the General Requirements. 2, Data shown on the Submittals will ba complete with respectta quantities, dimensions, specified perfornr�a.nce and design criteria, materials, and similar data to s�ow City the services, materials, and equipm.ent Contractor proposes to pro�ide and to enable City ta review the inforn�ativn far the limited puzpases required by Paragraph 5.18.C. 3. Submiitals submitted as herein p�•avided by Contractor and ravienved by Crty far coza.formance with the design conce�t shall be executed in confonnity with the Contract Documents uzaless otherwise required by Ciry. 4. y4lben Submittals are submitted far th.e purpase of showing the installation in greater detail, theu• review sha11 nnt excuse Contractar from requirements shown on the Drawings and �pe�ifications. 5. Far-Iuformaiian Only subnaittals upon which the Ciry is not expected to conduct xeview or take responsive action may be so ide�tzfied ir� t1}e Cantract Documents. b. Submit requi�ed number of Samples specif'ied in the Spec�catiozas. Clearly identify each Sarnple as io n�atez-ial, Supplier, pertinent data sueh as cata�og n.uznbexs, the use %r whicli infended and othex data as Cit�r may require to enable Ciry to review tlae submittal for the litnited purposes required by Paragrapk� 6.18.C. CITY OF FORT W012Tii STANDA1tIJCONSTRUCTION SPECIN[CATION DOCi)Iv1ENT5 Revision: 8/1.3f�U21 WESTCR�EK CFiANN�� MAYNTENANC� CITY PROJECT NO. 10306D oa�2oo-i GENERAL CONDITION 5 Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Subzxait�als, any related Wark perfoz-rned prior to City's revie�r and accep�ance of the pertin�nt submittal will be at the sole expense and respons�bility of Contractor. C. Caty's Review: 1. City will provide timely re�riew of requi�ed Submittals m accordance with tkae Sck�ed�le of Submittals acceptable to City. City's review and acceptance will be anly to determine � the items cavered by the subz�aittals will, after u�sialla.tio� ar incoxporation in the Wor�, conform to the inforr�ation given in the ContractDacume�ts and be compatible wi�h the design cancept of t�e coznpleted Praject as a futictioning whole as indicated by th� Contra.ct Docum.ez�t,s. 2. Ciry's review and acceptance will not axtend to means, methods, techniques, s�quences, or procedures of eonstruction (e�cept where a particular means, method, tecl�nique, sequence, or procedure of constructian is specif'ically and e�ressly called fox �iy the Contract Documents) or to safetyprecautions or prog�rams sncident thereto. The review and aceeptance of a sepaxate item as such vvill not indicate approval of the assernbly in vvhich the i�e� functions. 3. Cily's �'eview and acceptance shall not relieve Con�ractor fro� responsibility for any variation from the requirements of the Contract Docu�ents unless Contractor has cornplied 'tr,rith the requiirements of Section O1 33 00 and City has given written acceptance af each. such r�ariation by specific written notation thereof incorparated in or accampanying the Submittal. City's review and acceptance sha�l nai relie�re Contractor from respansbility for camplying with the requirements af tbe Gontract Docwnents. 6.19 Continuingthe Work Except as otherwise provided, Contra�tor shal] carty on the Work and adhere �o the Project Schedule during all disputes ar disagreements witk� City. No Work sha➢ be delayed or postponed gending resolution of any disputes �r disagreements, except as City and Cnntractor may otherwise agree in writing. 6.20 Coniractor°s General War�anty and Guarantee A. Contractor warrants and guarantees to City ihat all Work vc�ill be in accordance with the Contraci Documents and will nat be defeclive. City and zts officers, directors, members, paz�tners, employees, agents, consultants, and subcnn�ractors shall be entitled ta rely on representation of Contxactar's warr'anty and guarantee. B. Contracior's wanranry and guarantee hereunder excludes defects or damage caused by: 1. abuse, mo�catian, or imp�roper maintenance or operatian by perspns ather than Contractor, Subcontractors, S�ppfiers, oz- any other individual or entrty far whom Contractor is respansble; or CITY OF PO1�T WORTfI STANDA12DC0?�ISTRUCTION SPECIF[CAT[bN DDCUMENT5 Revision: F113/L(�.l WESTCREEK CNANIV�L MAINTENANCE GITY PROJ£CT NO, 103080 oo�zoo-i G�NERAL CONDITIaN S Page 33 of b3 2. normal wea:r and tear under narmal usage. G Contractar's obligation to perform and complete the Work in accordance r�vith th� Contzact Documents sha�l be absolute. None of the follo�cring �r� constitute an acceptance of Work that is not in accordance witl3 the Contrac�Dncuments or a release of Contractor's obligation to perforn� tha Work in accordance with the Contract Docwnent:s: 1. obse�vations by City; 2. recomrn.endation ar payment by City oi any progress or final payrn�nt; 3. the issuance pf a cert�cate of Final Accepta.nce by City or any payzx�ent re�ated thereto by City; �4. use or occupancy of the Work or any part thereaf by City; 5. any re�rievv and acceptance af a Submitial by City; 6. any inspection, test, or appraval by oihers; ar 7. any coxrectian. of defective Wark by City. D. The Contractor shall remedy any defects or damages in tlie Work a�d pay far any damage to ather wark or property resulting therefram which shall appear within a period of two (2} years fiom the date of Firial Acceptance o�the Work unl.ess a lor�er periad is specified and shall furnish a good and su.f'ficient mair�tenance bond, com�lying vviih the requuements of ArCiele 5.02.B. The City w�l give notice of observed d�fects wi�h reasonable promptness. b.21 Indemnificat'ron A. Contr�.ctor covenants ar�d agrec� to inde��aiiy, h�old �arnnless a�d defend, at ifis owr� expense,the City,its officers, servants andem�loyees,fram and againstany anci all claims arising out of, or alleged �a arise out of, the work and services to be performed by the Cantractor, its �fficers, a�enis, employees, subcon#ractors, licensec or invitees under this Contxact. TAT� TN1lF.MNTFiC"ATTf)NPR(1V�SifIN T� �PF!'�F7rAj,.i,�TNTF�TnRn Tfl nPFRATF ANiI RF FFFFC'TIVF FVC;N�iT iS ALLEC'rED f1R PR[lVF'N THAT AT,T. .QR ��MF C1F THF�DAMAC,�ES BETN(;� C(7TTf AT W�+;RF. C�ATTCFn� YN WHC]r�F, C1R TN �$RT_ RY ANY AC..T_ (IMr�ST()N C1R NFC'TT,TCiFNCF (]F THF �`TTY. This indemuity provision xs inten�dedto iaxclude, wi�thout lumitai�on, indemnity far costs, expe�ses and legal fees ineurred by the City in defending against such claims and causes af actions. B. Contraetarcovenanfsandagreestoindemnifyandholdharmless,atitsownexpense,theCity, its offiicers, searvants and enrxpXoyee�s, frona and against any and all loss, damage or destruction ofproperty ofthe City, arising outof, or ailegedto aY-ise out o� the �vork and services to l� performed by the Contractor, its officers, agents, em�loyees, suhcontractors, licensees or invitees under this Contract. THT� TNDEMNiFY(:ATT()N PR(7VT�T[)N i�, C1TY OF FORT WORTH S'IANDARDCCJNSTRIICTION SPEGI'[CATION DbCUMEN"i'5 I2evision: 8113�1 WESTCREEK CHANNEL MAINTENANCE GI7Y PFiOJECT NO. 1 U306U 00 72 00 - I G�NERAL CONnITfON 5 Page 34 of 63 p Y iNTF RF, FF�'Ff T VE EVEN iF iT I� fAT.�.F.[TEP nR PR (IVFN T�T AT ,T, (lR �C1MF (1F THF� ll AM A[:F,C RFTNfT �nT]� WF.RF. C'AT1�ED_ TN WH[7LE__ QR IN PART. BY ANY "A�:T. (iMT��T�IN ClR �+ (TT,T(�FN('F nF TAF C'TTY. b.22 Delegation of Professianal Design Services A. Co�tractdr will r�ot be required to provide professionai desi�gn. services unless such services a�e specif'�cally required by the ContractDoeuments for a portion af the Woxk or unless such services are requ�red to carry aut Canixactor's respons�bilities for const�uctifln means, methods, technic�ues, sequences and proced�ares. B. If pro�essional design services or certifications by a desig� professiflz�al related to systems, materi,als or equipment are specif"ically requu-ed oi ConLractar by the Contract Dacuments, City will spec�y all perforzx►ance and design criteria that such services must satisfy. Cont�actor shall cause suct� services ar certifications ta be pro�ided by a properly licensed professional, whose signat�u-e and seal shall appear on all drawivags, calcu�atians, specif'�cafions, certificatians, and Subraaittals preparedby suc�i professional. Subir�ittals related t�o the Work desig�ed ar certif'ied by such professional, if pxepared by nihers, shall bear such professional's written appxaval when submitted tn City. C. City shall be entitled io rely upon the adequacy, accuracy az�d completeness of the services, certifications or apprava�s perform�d by such design professionals, provided Ciiy has spec�f'ie d to Contractor perfozx�ance and design eriteria ihat svch services must satisfy. D. Pw.•suantta thfs Paragraph 6.22, Ciry's review and acceptance of deaign calculations and design drawings will be on�y for the limited purpose of checking for conforn�ance with performanee and design criteria given and the desi� concept expressediu� tl�e Co�tractDacuments. City's review and acceptance of Subznittals (except design calculations and design drawings) will be anly �or the purpose stated in Parag.�aph 6.1$.C. 6.23 Right ta Audit A. The Coni7ractor agrees that the City shall, until the expuatian of thz�ee (3) years after £�inal payment under this Contract, have access to an.d the right to examine and photocopy any directly pertinent books, doctunents, papers, and xecords of the ContYactor �volving transactions relating to thi� Cont�act. Contractor agrees that the City shail have access during Regular Working Hours to all necessa�y Contractor facilities and shall be provided adequate and app�•op�•iate work space in order to conduct audits in compliance with the provisions af t�is Paragraph. Tha City shall give Cantractor reasonable advance natice of ititended audits. B. Contt�actar fiu�ther agrees to include in all its suhconlracts hereu�n;derr a pravision to the effec� that the subco�actor agrees that the City shall, until the expiration of t�ree (3} years aftex £'iz�al payrnent under this Contract, have access ta and the r�ght to examine and photocopy any di.rectly pertinent bool�s, doczunents, papers, and xecords of such Subcontractor, invol�ing transactions to tkie subcontract, and further, that City shall lzave access durin.g Regular '�orking Hours ta all czTY o� �ax�' woR� STANDARDCONSTRUCTION SPECIFICATION DOCLTMEiVTS Revision: 8I1.'�,r20P.t WESTCREEK CHANNEL MA]NTENANCE G]TY PROJECT NO, 1�30fi0 007200-1 GENERAL CON� IF[ON S Page 35 af 63 Subcontractor facrlities, and shall be provided adequate a�d appropriate worlc space in order to conduct audits in compliance with the pro�visions of this Paragraph. Tbe Ci�ly sk�a�l give Subcontractor reasonable advance no�icc of intended audits. C. Contractor and Subcont�actor agreeto photoeopy such documents as may be requestedby the City. The City agrees to reimburse Contractrnr for the cost af the capies as follows at the rate published in the Te�as Acirtu��ustrative Code in effect as of ihe time copy'�n.g is pexforr�ned. 6.24 Nondiscriminrxtaon A. The Czty is responsble for aperatiu�g Public Transpartation Pragrams and implementing trans� related projects, which are fiznded in part with Federal £'u�ancial ass�stance awarded by the U.S, Departrnent a� Transpo�tation and the Federal Transit Adm'rnistration (FTA), without discrinniaatin.g against any persan in the ZTnited 5tates on ihe basis of rac�, color, or naiional origin. B. Title Vl, Civil Rights �ct af 1964 as amended: Contractar shall comply �vith the requirements of the Act and t�e Regulations as furtlaer de£'ined in t�xe Supplei�entary Canditions for any project receiving �edera� assistance. ARTICLE '� -- OTHER WORK AT THE SYTE 7.01 Related Y�ark at Site A. City may perform other r-vork re�ated to the Project at the Site with City's employees, or other City contractors, or thraugh other clirect contracts therefor, or have other workperfarirxaed byuiility owners. I� such other work is not noted in the Contract Documents, then wi•itten notice th�reof wi11 be givea� io Contractor prior to starting any such ather worlc; and B. Cantractor shaIl afford each other cont�actor wha is a party to such a di�rect contract, eachutility owx�er, and City, if Ciiy i� perfarming other worlc �riti�t City's ernplayees ar other City contractors, proper and safe access to the Site, pxa�ide a reasanable oppo;rtunity for th� introduction and storage of materials a.nd equiptn.ent an.d the execut�on of such other work, and properly coordinate the Work with theirs. Contractar shail do all eutting, fittmg, and patching of the Warlc that may be required to properly connect or oth�rvcrise m�ke i�s several parts come toge�iex and �roperly integrate with such otl�ei• work, Contractor shall not endanger any �ork of others by cutting, excavaiing, ar otherwise alteri.n.g such work; provided, however, that Con�-actor may cut or alter oth�rs' wark with the vcrritten co�sent of City and the othexs whose wark will be �.ffected. C. If the proper execu�ian or resuits oi any part of Cflntractor's Worlc depends upon v,+ark performed by others under tlais Article 7, Co�tractor sha�l inspect such other work and promptly report ta City in urriting any dela.ys, defects, or deficiencies in such otkier work tkka# arender it unavailable or unsuitable for the proper exec�ation and results of Contractor's Worl�. Cantracto�'s failu�re to so report will canstitute an acceptance of such ather �vvork as fi� and �roper foY• integration with Contractor'� Work except far latent defects in the work pravided by others. CFI'Y OF FORT WORTH STtLNDA1ZDCONSTRUCT]ON 5PECIFICATiON DOGLTA7ENT5 Revision: &�1A�1 W�STCREEK CHANNEL MAINTENANCE CITY PROJECT NO, 1U306D 007200-I GEiVERAL CONDITIQN S Page 36 of 63 7_02 Caardi�ati�on A. If City intends to contract with others %r the performance of o#her work oz� �I�.e �'z'oject at the Site, the %Ilowing will be set #'orth in Supplementary Conditions: 1. the individual ar ez�tzty who will �ave autkiorzry and responsibiliry for coordination of the act�vities azn.ang the various contractors will be identif'ied; 2. the spec�ic matters ta be cov�red by snch authority and responsi�ility will be itemized; and 3. the extent of svch a�thariry az�d respons�biJities will be provided. B. Unless othet-wisa provided ir� the Supplementary Conditions, City shall have autharity for such coort�ination. ARTICLE 8— CITY' S RESPONSXB�LTT'�ES S.OI Corntnunications to Contractor Except as otherwice provided in the Supplementary Conditions, Ci�y shall issue all coinmunications to Contractor. $,02 Furnish Data City shall timely fiirx�ish fk�e data required uzlder the Contract Documents. $.03 Pay YVhen Dz�e City shall �ake payments to Contractor in accordance with Article 14. 8,04 Lands and Ease�ne�zfs; Reports and T�sts City's duties with respect to provicling �ands and easements and praviding engineermg surveys to establis� reference points are set %rth u� Paragraphs 4.01 az�d 4.05. Paragraph 4A2 refers to City's ident�g and ma�g a�ailable to Cantractor copies of xeports of exploxat�ons and tests of subsurface conditioz�s and drawings of physical conditions relating ta e�cisting surface or subst�rface str�ciures at or contiguous tv the �ite thai �ave been utilized by City in preparing t�e Contract Dacuments. 8.05 Change Orde�s City shall execute Chan�e Orders in accardance with Paragraph 10,03. B.Ob Inspectians, Test.s, andAppravals City's responsibility wikh respeci to certain inspections, tests, a.nd approvals is set forth in Paragraph 13.03. clrY or Fo�T wo�zTx STANDAR.DCQNSTRUCTION SPEC[FICATION DOCIIMENTS Revisipn: 823CZ02.1 WESTCREEK CHANNEL MAINTENANC� C1TY PRdJECT tJO. 103060 00 72 06 - I G�NERAL CON� ITION S Page 37 of 63 8.07 Limiiations ora City's Respansibilitie.� A. The City shall not supervise, direct, or have control or authority ovar, nor b� responsble for, Contractor's rneans, methods, technic�ues, sequences, or pxocedures o� construction, Qz the safety precautioz�s and prograens incident thereta, or for any failure of Contractox ko cozxzpky witl� Laws and Regulations app�cable �o the performance o� the Work. City will not be re�ponsib�e for Contractar's fail�are t� perform the Wo�•k in accordance with the Contract Docutnents. B, City will natify the Contractor of applicable safety plans puxsuant to Paragraph 6.14. 8.08 Undisclased Hazardaus Enviranrnental Conditiara City's respons��ity witn respeet to a�a undisclased Hazardous Enviranmental Condiiion �s set forth in P aragraph 4. d6, 8.09 Compliance v►�ith SaferyProgram While at tfie Siie, City's enaployees and rep�esentatives shall comply with the specific applicable requirements of Cont�actor's safety programs of which City has been informed pursuant to P aragrraph 6,14. ARTICLE 9— C�TY'S OB SERVATYON STATUS DURING CONSTRUCTION 9.01 Ciiy's ProjectManage� City w�1I pro�vide one or more Project Mat�ager(s) during t1�e construction period. The duties and responsibilities and the limitations of authority of City's Project Mana�er duting consiruction are set fort� in the Cantract Dacurrients. The Ciiy's Project Manager for this Contract is identified in the Su�plenaenta.ry Conditions. 9.02 Visits ta Site A. City's Pro�ect Managex wi� make �isits to the �ite at interval� appropriat� �a the varzous stages of construction as City deezxls n:ecessary in order to observe t1�e progress that has beenmade and the qzaality of the variovs asp�ets of Cont�actor's executed Wark. Based on information obtained du���g such�isits andobservations, City's ProjectManagerw�l determine, in general, if t�ae Worl� is proceeding in accardance witl� tl�►e Contract Documents. Ciry's Project Manager will not be req�ired to make exhaustive or continuous mspections on the Site ta cl�eck the quality or quantity of tYie Work. City's Project Manager's effort� will be directed toward providing City a greaier degee of canfidence that the completed Wark will confortn generally to the Contxact Docuinents. B. Ciiy's Project Manager's visits and obse7rvations are subject to all the limitations on authority and responsibility in tlie Cont�'acti Documents incluc�ng those set fortk� in Paragraph 8.07. CTI'Y OF POR'I' WORTH STANllARDCONSTRIICTION SPECIFICAT[QN DOCUiWIE1VT5 Revision: W23/�02.1 W�STCREEK CHAIVNEL MAINTENRNCE CITY PROdEGT NO, 1 D3060 oa �z no- � GENERAL GONDfT]QN S Page 38 of 63 9.03 Autho�ized Yariations in Work City's Project Manager may autkxorize rninar variatzons an the Work froxx�. t�e xequirerz�ents of the Contract Dacuments which do not involve an adjustnaenf in the Contraci Price or the Contraet Time and are campati��e with khe design concept of the completed Project as a functioning whole as indicated l�y the Contract Documents. These may bc accomplished hy a Field Order and will be binding on City and also an Coniractor, who shall per�'orm tl�e Work ir�volved proinptly. 9_04 RejectingDefective Work City will har�e authority to reject Wark which City's Project Manager believes to be defective, or will not produce a completed Project ihat conforms td the Contract Dacuments or that will prejudice tk�e mtegriry af the design ca�cept af the campleted Praject as a fi�rictionin.g whole as iund�icated by the Contract Docuxnents. City will have authoxity to conduct special inspection or testing of the Work as provided 'm Article 13, whether or not the Work is fabricated, insta�leei, or completecl. 9.05 Determinations for Work PerfoYnzed Contractor w�71 deternvne t�e actual qua.ntities and classif'icatioras of Woxk perfo�aed. City's Project Manager will review with Contractar the prelitrunary determin�tions on such mattei s befare rendering a vvritten recommendation. Ciiy's written dec�sion will be final (except as rnodified to reflect changed factual co�ditions ar more accurate data). 9.06 Decisians oraRequirements ofContractDocume�ts anclAcceptabrlity af Wark A. City wilt be the initial interpreter of the reqzaireznen.ts af tke Contract Docume�ts and judge c��' the acceptab�7ity of tha Work thereunder. B. City will render a written decision an any issue re%rred. C. City's written decision on the issue referredw�ilt be fi�t�al a�d binding on the Cantractor, subject to the provisions of P aragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAYMS; EXTRA WORK 14.01 Authorazed Chang�s in the Work A. Without it�validatisag the Contract and vvi�liaut notice to any surety, City may, at any time or from time to time, order Extra tiVark. Upon �otice nf such E�tra Work, Cont�actor shall pram�tly proceed with t1�e Work in�olved which will be performed under the applicable conditions o£ the Contract Docurnent� (excepf as otherwise spec�cally provided). Extra Work shall be inemarialized by a Change Order which rnay or may not precede an arder af Extra work. B. For mmor changes �af W�rk not requiring changes to Contract T�ne or Contract P�ice, a Field Order �a.y be iss�ed by the City. CITYOF FORT WORTH STr1NI7Af2DCONS7'kI1C1"]ON SPEC]FICATlON DOCUMBNT5 Revision: SIl3lI�121 WESTCRE�K CHANN�L MAINTENANCE CITY PROJECT NO. 103U60 oo�zao-i GENERAL CONDITION 5 Page 39 of 63 10,Q2 Unautl2ot�ized Changesin the Work Contractor sha�l not be entitled to an iricrease in the Cantract Price or an extension of the Cantract Tirr�e with respect to any work performed t�at is not required by the Contract Dacuments as amended, modified, or supplemented a� pravided 'm Paragraph 3.04, except in the case of an emergency as provided � Paragraph 6.17. 1.0.03 Execution af Change Orders A. City and Cont�actor shall exeeute appropriate Cbange +Drders cavering: 1. changes in the Work which ar�: (i) orderedbyCity pt�sUantto Paragraph 10.O1.A, (rij requu�ed because of accepta.nce of de�ective Work under Paragraph 13.08 or City's correction of defective Work un.der Pa�•agt•aph 13.09, or (iu} agreed to by fihe parC�es; 2. changes in the Contract Price ar Contract Tinme wk�ch a�re agreed ta by the parties, including any uridisputed sum or amaunt of time for Work aetually perfoz-med. 10.04 Ext�a Wark A. Should a difference arise as to what does or does not canstitute E��ra Work, ar as ta the paytnent ther�of, andthe Ciry insists upon its perfoz�naance,the Cont�actor s}�all proceedwit� the worlc after rnaking writ�en request for written arders and shall keep accurate account of tk�e actual rea�onable cost therea£ Contract Cla.ims regard'mg Extra Work shall be mada pursua.nt to Paragraph 1.0.06. B. The Contractor sha�l furnis� the Ciry such instaIla.tion records of all deviations from t11e original Contract Documents as may be necessaryto enabie f1�e City to prepare for peni�anent record a cnnected set af pla.ns shav�ring the actual installation. C. The compensation. agreed upon for Extra Wark whether or not iniiiated by a Change Oxder shall be a full, complete and fin�al payment for all costs Contractor mcurs as a result or relating to the change ar Extra Work, w�hether said costs axe lss�own, uz�xzown, foreseen or unforeseen at tY�at time, includuag withau� Iimitatian, any casts for delay, extended overhead, zxpple or impact cost, ar any o#b.er effect on changed or unchanged work as a result af the change or Extra Worl�. 10.05 Notification to Surety �f the provisions oi any bond requir� no�ice to be given to a sureiy of any change affecting the general scope of t.be Wark or t�e provisions of the Contract Dacuments (Ynclucling, but z�ot Iaznited to, Contract Price ar �Contract Tizne}, the giving of any such r�otice will be Contractor's responsib�iity. The amount of each a�plicable bond wi�l be adjusted by the Cantracto�- ta reflect the effect of any such change. CITY OF FOItT WORTH STANDARDCONSTRUCTION SPT�C[FICAT[6N DOCIJMEl�#T5 Revision; 8�231�1 WESTCR�EK CHANNEL MAINTENANCE CITY PROJEC7 NO, 103p60 00 �a oo - i ��N�Ra.�caNniriaNs Page 40 of 63 10.06 Coniract Claims Process A, Ctty's Decision Required: All Co�tract Ciaims, except thase waived pursuant i4 Paragraph z4.09, shall be refexxed to the City for decision. A decision by City shall be required as a condition precedent io any exercise by Conkractor of any rights or remedies he may otherwi�e have uzxdex ihe Con�ract Doc�nenYs or b�r Laws and Regulations in respect of suc� Contract Claims. B. Natic�: 1. Written notice statmg ihe general nature of each Coni�act Claim shall he cieIivered by �e Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsbility to substantiate a Contract Claim shall rest wit� the parry rnaking the Cont�act Clainn. 2. Natice of tlie amoun.t ar extent of the Contract Claux�, wit�: supportzug data shall be delivere d to the Cii;y on ar b�fare 45 days from the start of the event giving rise thereto (unl�ss the City allaws additional time for Contractor to submit additional or more accurate data in support of such Contract Claim}. 3, A Contract Claim for an adjustxn.en.t zn Contract Price shall be pxepared in. accordanc� with the prov�sions of Paragraph 12.01. 4. A Contract Clai�n for an adjustm�nt in Contract Time shall be pr�pared in accardance �vith t�e pxovisioz�s of Paragraph 12.02, 5. Each Contract Claim shall be accompanied by Contractor's wrifiten stateznent that the ad�ustrnent claim�d 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 oi the claimant's last �ulamittal (unless Contract al�ows additional time}. C. City's Action: Ciry wili review each Cont�act Claim anci, vcrithin 30 days after receipt of the last subnnittal af the Cantz'actar, if any, take ane of the fol�owing actions in wrrting: l. deny tlle Contract Claiz�n in. whole ox iz� part; 2. a�rove the Cor�tract Claim; ar 3. notify �lae Contractor that tbe CiLy is unable to resolve the Contract Cla.im if, in the City's soIe di�cre�ion, it wou�d be inappropriate for the City to do so. For purposes af further resolution o�the Contract Clairi�, such notice shall be deemed a c�enial. C1TY OF FORI WORTH STANDAItDCONSTRUCT�6N SPECII�I�ATl6N DOCUMEN`1'S Revisian: 823l7A2i WESTCREEK CHANNEL MA]NTENANCE CI7Y PROJECT N0, i03060 0072U0-1 GENERAL CONDITION S Page 41 oP 63 D. City's written action under Paragraph 1d_06.0 will be final and bindmg, unless City ar Cont�actor invoke the clispute resolutian procedure set forth in Article 16 within 30 days of such actzon or denial. E. No Gontract Claim for an adjustment iri Contract Price ar Cantract Time w�l be valid if nat submitted in accorclance with this Paragraph 10.Q6. ARTICLE ].1— COST �k' THE WORK; ALL�WANCES; UN[T PRiCE WORK; PLAN� Q UANTITY MEASUREMENT II.Ol Castofthe �ot-k A. Costs Included: Tk�e ternn Cost of the Wark means the sw�a o� al! costs, except those excluded in Paragraph 11.O1.B, necessarify incurred and paid by Contractor in the proper performance of the Wark. Wh�n the value of any Wark co�rered by a Change Order, the cosfs ta be. reimbursed to Contractor will be or;ly those additional ar incremental costs r�quired because of the change in the Work Such costs shall. nat include any of the casts itemized iri �'aragraph ll.O1.B, and shall include but not be licx�ated ta the following items: 1. Pa}+�•oIE costs far employees i� the direct employ of Contractor in the perforrnancE of the Work ur�der schedules of job classifcations agreed upon by Ci#.y and Confiractor. Such employees s�a11 include, without limitation, superintendents, faremen, and other personnel employed full time on the Wark. Pay�ro]I eosts for employees not employed fu�l tizn.e on the Warl� sha1� be �pportioned on the basrs of their time spent on the Work Payroll costs shall include; a. salaries wit}� a SS% markup, ar b. salaries and wages plus tb.e cost of fri�r�.ge benefits, which shall in.clude soczal security contr�butions, unernploymeni, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and haIiday pay appficable thereto. The ex�enses o� performir�g WQrk outside of Regular Warlcing Hours, Weekend Working Hours, or legal holidays, shall be included 'zn the al�ove ta the extent autharized by City. 2. Cas� of all ma.terials and equipment f�-nished and �corporated ��he Wark, including costs of t�ansportation and storage tkiexeof, and Suppliexs' field services required in connection therewith. 3. Rentals of aIl constructian equipment and mach�ery, and the parts thereof whether �ented from Contractor or a�.ers in accordance with re�atal ag�reez�r�,e�.ts approved lay City, and tk�.e costs of transpo�-tatian, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accardanc� with the terms af said rental ag�•eeinents. The rental of any such equipment, mach�ery, or parts shall cease when the use tllereof is no langer necessary for the Woi•k. CiTY qFFORT WORTH STANDATtBCONSTRUCTIOR SPECIFICATION I]OCiIMENT5 Rcvision: $/23f2021 WESTCR��K GHANN�L IviAINT�NAiVGE ClTY PROJECT NO. 103D6U 00 72 ao - i GENEFLAL CON�ITIDIV 5 Fage 42 nf 63 4. Payments made by Gontractor to Svbcon�ractors for Work performed by Subcontractors. If requu�ed by City, Co�tractor shall obtam campetitive bids from subcont�actors acceptable to City an� Cantractor and shall deliver such hzd� to Czty, who wall then detezxxu�ne, whzch hids, if any, will be acce}�table. If any subcontirac� provides that the Subcontractor is to be paid on tk�e basis of Cost of the Work plus a fee, the Subcontractor's Cost of th� Wark and fee shall be detemlmed in the same manner as Contractor's Cost nf the Work and %e as provided in this Paragiaph 11.01, 5. Cost� af specia.l consuitants {incIudizag but not limited to engineers, architects, testirig laboratories, surveyors, attorneys, and accountants) employed for services specifzcally related to the Work. 6. Supplemental costs includang tlxe fal�owir�g: a. Tk�e propa�tion of necessary transportatian, travel, and subsistence expenses of Coniractor's employees incurred in discharge of duties connected with the Work, b. Cost, including transportation and maintenance, of a11 materials, supp�ies, equi�ment, machinery, appliances, office, and tempoxary facili�ties at the Site, and hand tools not owned by the workers, which are consumedi�n th� perforrnance of the Work, and cost, less market value, of such ite�s used but not cons�med which remain the property af Contractdr. c. Sales, consumer, use, and other sznnilar ta�es xe�ated to the Work, and for which Contractor is liab�e not cavez'ed under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposiis lost far causes oil�er tlian neg�igence of Cantractar, any Subcontractor, ar anyone d�ectly or intii�ectly empjoyed by any of them or fox whose acts any of them may be liable, and royalty payments and fees for pei�nits and licenses. e. Losses and damages {and re�ated expenses} caus�d by ciamage to the Work, nat compensated by insurance or otherwise, sustained by Con.tx'actor ztz coz�xiection with the perfoz�nan.ce of the Worlc, provided sueh losses and damages have resulted from causes other than the negligence of Contractor, any �ubcontractor, or anyone directly or indirectly emplo}�ed by any oi �hem or for whose acts any of tiiem ma� be Iiahle. Such losses shall ir�clude settlements made with the written consent and approval o� City. No such losses, daza�ages, and e��enses shall be included in the Cost of the Wark far tl�e purpose of deier•jnining Contractor's fee. i The cast af utilities, fuel, and sanitary �ac�ities at the Site. g. Minor expenses such as telegra�s, long distance telep�one calls, telephone and commtuiication services at the Site, express and courier services, and sirnilar petty cash iterns in connection with the Work. CITY d�' FOTtT W012TH STANDARDC03JSTRIICTION SPECtPICATION DOCUMEAIT5 Rcvision: 8rL'J2021 WES7CF2�EK CHANN�L MAIN7EhfANC� CITY PROJECT NO. 103�fi0 00 72 00 - ] GENEftAL CANDITION S Page 43 of 63 h. The costs of premn�mG for aIl bonds and insurance Con�ractox is required by the Contract Doeuments to purchase and rrtaintain. B. Costs Excluded: The tertn Cost of the Work shall not include any of the follawing items: Payroll costs and other coznpensation of Cos�t�actor's officers, executives, principals (of partnerships and sole proprietarships), general mianagers, safety managers, engineers, architects, estimators, atto�neys, auditors, accountants, purchasing and contxactiz�g agents, expedikers, ti�nekeepers, clerks, and other personmel employed by Con�tactar, whether at the Si�e or in Contractor's pririciq�al or k�ranch office �ar general admmis�ration o�' the Work and not specificauy inchxded in the agreed upan schedule of job classificakia� refez�red ta irz Paragraph 11.O1.A.1 or specifically covered by �aragraph 11.O1.A.4, all of which are ta be considered adnaznist�afive costs covered by the Contractar's fe�. 2. Expenses of Contractor's priacipal and branck� offces other than Contractdr's office at the Site. Any pait nf Contrac�nr's eapital expenses, including interest on Co�ntractor's capital eznployed for the Work and charges aga�t Contractar �flr delinquent �ayments, 4. Cosis due to the negligence of Contractor, any Subcontt'actar, or anyone d�ectly ar indirectly �mployed by any of them or for whose acts any of iY�.em may be Iiable, including but not limited to, the correction of d�fecti�e Wark, disposal of maierials or equipment wrongly supplied, and anaking goad any da�nage ta property. 5. Other overheador general expense costs of anykind. C. Contructor'sFee: When aIl the Work is performed on the basis of cost-plus, Contractar's fee shail be determined as sei forth in the Agreernent. When the value of any Work covered by a Change Order for an ad�sixx�ent in Con�ract Price i� determined on the basis of Cost of the Worl�, Cantracior's fee shaIlbe d�termmed as set foxth iz� �aragaph 12.OI.C. D. Documentatian: Whenever the C�st of the Work #'or any purpose i� to be datermined pursuant to Paragraphs 11.O1.A and 11.O1.B, Con�ractor w�l es�ablish and maint�in records thereof in accordance with general�y accepted accounting practices and submit in a form accepta�le io City an itemized cost breakdown together with supporti�.g data. 11.02 .�41lowanee,� A. SpecifiedAllawance: It is u�aderstood that Contractar has rncluded in the Cont�act Price aIl allowances so named in the Contract Documents az�d shall cause �t�ie Work so covered ta be perfoz�nned for such sums and by such persons ar entities as may be acceptable to City. S. Pr-e-l�id Allowances; 1. Co�tractar agrees that: CITY OF FORT WOR'fH STAiw[DARDCONSTItUCT]ON SPEC[E'ICAT[ON DOCUMENTS Revisian; 8n3C1021 WESTCR�EK CHANNEL MAINTENANGE CIN PROJEGT NO. 403060 oo�aoo-i GENERAL CO�IDITIDN S Page 44 of 63 a. the pre-bid allowa�ces include the eost io Contractor af materials and equipment requi�ed by the allowa�aces ta be deliverred at t�e Srte, and all applicable taxes, and b, Contractar's costs for unloadir�g and handling on the Site, iabor, installatzan, over�ead, pro�t, and other expens�s cont�mplated for the pre-bid a]Iowanc�s have E�een included in the allowances, and na demand for additional payrnent an accaunt of any of the faregoing will be va�id_ C. CoratingencyAllo�vance: Cont�actor agrees that a contingency allowance, i� any, is for the sole use of City. D, Prior to final payment, an apprapria.ie Change Order will be issued to reflect actua.l amounts due Contractor on account of Wark covered by allowan.ces, and the Contract Price shall be correspondingly adjusted. 11.03 Unit P�ice Work A, Where the Cantract Document� pr�vide t�at all ar part of the Work is to be Unit Price Worl�, inatia�y the Contract �r�ce will be deemed to iu�clude fox all Unzt Price Worlc an ara�auzat equal to the sum of the unit price for eachseparately identified item of Unit Priee Work times f,he estimated quantity af each it�m as indicated 'm the Agreernent. B, The estimated quantities af items of Unit Price Work are nat guaranfeed and are solely for the purpose af cor►�pa�soz� of Bzds a�d deterzninin.g an initial Contract Price. Determinarions o� the a.ctual quantities and classifications ofUnit Price Worlc perfarmed by Cont�actorrwi�l be made by Ciry subject to the provisions of Paragraph 9.05. C, Each uni� price will be deemed to include an amount considered by Contractor to be adequate to cover Contraetor's overhead ar�d profit for each separately identified item. Work descri�ed in tile Contract Documents, or reasona�Iy inferred as required far a fimctionally complete installation, but rtot identi�ied in the lisiing of uni� price items shall be considered inci�ental to unit price work listed and the cost of incidental work included as part of the unit p�-ice. D. City rnay mal�e an adjust�nnent in the Contrac� Price in accoxdance witk� �'arag;z�aph I2,01 if: 1. the quan�ity af any itein of LTnit Price Work �erforined by Contractor differs materially and significantly fr�m the estimated c�uantity of such item indicated in th� Agt-eement; and 2. thexe is no corresponclin.g adjusi7ment with respectto any other item of Work. E. Increased or Decr�eased Quantities: 'The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. J� the c�anges in quantities ar khe altez-ations do not sigfif'zcantly change khe character of work ur�der the Cont�act ]aocurrzents, the altered worlc wiJ.l be paid fox at the Conl��act iuiii price. CITY OF FORT WORTH STAl*I[�ARDCONSTRUCTION 3PECIN[CATION DOCUIIAENT5 Reuisidn; 8�23I�Q21 4141ESTCF2EEK CHANNEL MAINT�NANC� CITY PROJECT Nfl, 1 D3060 04 72 OU -1 G�NERAL CQNOIT16iV 5 Page 45 pF 63 2. If the changes in quantities ar alterations signif'icantly change the character of worlc, the Contra.ct will be aznended by a Changz Order. If no unit prices e�st, this wYll be considered Extra Work and the Contract will be amended by a Change Order in accordance with Artic�e 12. 4. A signif'�cant change in the chaxacter of work occurs when: a. the character of warl� for any Item as aI�ered differs materially in kind or nature from that in the Contract or b. a Major Item of woak vaxies by more tlaan 25% frazn the ori�ginal Can�ract quantity. 5. When the quantity of work to be done under any Major Item of tlie Contract i� more than 125% of ihe original quantity stat�d 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 a�ove 125%. 6. When tli.e quantity o� woxk to be done under any Majox Item of the Contraci is less than 75% of the original quantity stated 'm the Contract, then either party to the Contract may request an adjust�nent to the unit price. 11.(7�} Plans Quantaty Mea.surement A. Plans quantities may or may not represent the exact quantity of work perfornaed or material rnovad, handlecl, ar placed dur� the executi�n of the Contract. The esi�imated bid quantities are designated as imal payment quanti�ies, unless revised by the governing Sectian or this Article. B, If t�►e quantity mea�ured as outlined under "Price and Payment �rocedures" varies by mare than 25°/a (or as stzpulated under "Price arad Payznent Procedures" for spec�c Item�s) from. the total estimated quantity for an individual Item originally sho�n in th� Contract Dacuments, an ad,justment may be made to the c�uantity of authorized work ddne far payment putposes. The party to the Contract requesting the adjustrnent will provide field measurements and calculations showin.g the fiz�al quantity for which payrz�ent will be r�aade. �ayznent far revised quan.ti�y wi�l be mads at the unit price bid for that Item, except as provided for in Article 14. C. VVhen quantities are revised by a change in design approved by the City, hy Change Order, or to cox�rect an ezrar, or to correct an error an the plans, the plans quantity wi71 be increased ar decreased by the amount invalved in the change, and the 25% varzan�e will apply to the ne� plans quantity. D_ If the total Contr°aci quantity multiplied by fi1�e unit price bid for an individual Item is less than $250 and the Item is z�at ori�inall� a plans quantity Item, then the Item may be paid as a plans quantiry Iterx� if the Crity and Contractor agz�ee in wrrtin.g to fix. the final quantiry as a plans quantity. C1T1' OP FOR'P WOIiTi{ STANDARDCONSTRUCTION SPECIFICATION UQCUM�NTS lteuisiort: 8231�f123 WESTCREEK CHANNEL MAINTENANCE C1TY PROJEC7 NO. 10306U 00 72 00 - l GEN�RAL QONb ITIflN S Page 96 of 63 E. For ca�lout work or nan-site specific Contracts, the plans quantity rneasurexnent requirements are not applicable. ARTICLE 1� — CHANGE OF CONTRACT PRiC�; CHANGE OF C�NTRAC".["T�ME 12.a1 Change of ContraciPrice A. The Contract Price may only he changed by a Change Oz�dez. B. The value of any Work covered by a Change Ordex will be detez-r�:in.ed as £ollows: 1, where the Work it�vol�ed is covered by unit prices contained in the Contract Documents, by application of suck�u�it �arices to the quantities flfthe i�ems involv�d (subject to the provisions of Paragraph 1 I.03); or 2. where the Work in�volved is not covered hy unit prices contained ix�. t.�.e Contract Documents, by a mutually agreed lu�np sum ar unit price (which rr�ay include an allowance for overhead and profit nat necessarily in accordance wi�h Parag�aph 12.O1.C.2), and slsall include the cost of any secoradary i�napacts i�at are foreseeable at tl�e time oi pricmg the cost of Extra Work; ar 3, where the Wor�C involved is not covered by unit prices contained in the Contract Docuxxaen.ts and agreement to a Iump sum or unit price is not reachedunder Paragraph 12.01.B.2, on the basis of �.e Cost of tbe Wark {determined as pravided in Paragraph 11.OX} plus a Contractor's fee for overhead and profit (deter�aix�ed as prov�ided in Paragraph I2.01.C). C, Contracior's Fee: Tlie Confractor's addit'ronal fee for overizead and pro�t shall be deterinined a� fo�Iows: 1. a mutually aceeptable fixed fee; or 2. if a fixed fiee is noi agreed upon, then a fee hased on the following percentages of the various portions of the Cost oi the Work: a. for costs incwx-ed unde�• Paragraphs 11.01.A_1, 11.O1.A.2. and 11A1.A.3, the Contractor's additional :fee shal� be 15 percent except #�ox: 1) renta.l f�es for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 azad 11.O1.A.5, t�e Con�ractor's fee shall be iive percen� (5°/n); 1) wl�ere one or more tiers of subcontracts ar� on the basis af Cost of the Worl� plus a fee and no fixed fee is agreed upon, the mtent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b �s f.hat the Subcon�'actor who actually performs the Work, at whatever CITY OF FORT WORTH STANDAI2T)CpNSTR[1CTlON SPECIFlCAT[DN DOCLTMENTS Revisian: 82311DZ1 WESTCREEK CHANNEL MAINTENANCE CITY PROJECT Nd. i03060 ao�zoo-� GENERAL CaNDITION 3 Page 47 of b3 tier, will be paid a fee of 1.5 perce�t of the costs incurred by such Subcontractor under Paragraphs 11.OI.A. I and � 1.01.A.2 and that any bigher tier Subcontaractor and Contractor wi71 each be paid a fec nf five percent {5%) af the azxaount paid to the next 1o�rer tier Subcontractor, however in no case shall the cumulative total o� fees paid be � e�cess o�'25%; c, no fee shall be payable on the basis of costs itemi�ed under �aragraphs 11.O1.A.6, an.d 11.O1.B; d. the amount of credit to be a�lowed by Contractor to City for any change which cesults in a net decrease in cost wil� be the arr�ount of the actual net decrease m cast plus a deduction i�t� Contractar's f�e by an amount �r�ual to five percent (S%) af such net decrease. 12.02 Change ofContractTime A. The Contract Time may Qnly be changed by a Change Order. B. Na extension of the Cantract Tune will be allowed for Extra Work or for clanned delay unless tb.e Extra Wrnrk conternplated or clauned delay is shown to be on the critical path of the Project Schedule ar Contractor can show hy Critical PathMethod azaalysis how the Extra Wark or claimed c�e]ay adversely aifects the criticalpath. 12.03 Detays A. Where Co�nt�actor is reasonably deIayed in the perFormance or campletion a� any part af the Work r�vittun the Contract Tirne due to del�y beyo�d t1�e conirol of Contractor, the Cont�act Tune rnay be ext�nd�d in an amount equal to the time iost due to such delay i� a Cantraci Claim rs made there�or, Delays beyond ihe control of Contractor shall includ�, but not be limited to, acts ox neglect by City, acts orr neglect of utiIity owners or other contractors perfoiming other work as conte�nplatec� by Article 7, f�res, floods, epidemics, abnozanal wea#her conditions, or acts of God. Such an adjusiment shall be Contractar's sole and exclusive remedy for the dela.ys descrbed in this Paragraph. B. �£ Contractor �s delayed, City shall not be Iiable to Contractor for any clairz�s, costs, losses, or dama.ges (including but nai liinited to all fees and charges of engineers, architects, attorneys, and other professionals and aII caurt or arbitzation ar other dispute resolution costs) sustamed by Contractor on ar in conr�ection with any otf�er project or anticipated project. C. Contractor shall not be entitled to an ad�ustment rn Contract P�ace ar Contract Ti�ne for delays witiiin the control of Contractox. Delays attrzbutable to and within the cantrol of a Subcontractar ar Supplier shall be deemed ia be delays wiihin the control of Cantractor. D, The Contractar s�aall receive no coinpensation for delays or hindrances to t�ae Worlc, except when dicect and unavoidable extra cost to the Contractor is caused by the faih.�e of the Ci�y to provide infornlatian or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDAIZDCONS'FRUCT[Or SP�.C[FICAT[4N I}OCiA1�lENiS Revision: SII311021 WESTCREEK CHANN�L MAINF�iVANCE CITY PROJECT �f0. 10306Q oo�zoo-i G�NERAL [;ON� ITION S Page 48 of 63 ART�CLE ]3 — TESTS AND INSPECTIONS; CORRECTION, REMDVAL OR ACCEPTANCE OF DEFECTIVE W�RK 13.01 Notice af Defects Notice of all defective V47ork of which City has actual knowledge will he given to Contractar. De%ctive Work rr�y be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent test.ing labaratoYies, and goveznmental agencies �vith jurisdictianal interests will have access to the Site and the Work at reasonable times for their observation, inspection, and �esiing. Contractor shall pravide t�em proper and safe conditions for such access and advise thezxi. of Contractor's safery procedu�res and programs sa that they may comply therevcrith as applicable. 13.03 7'ests and Inspectians A. Cont�'actor shall give City timely natice of readiness of tha Work for all required anspections, tesis, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspectians or tests. B. If Contract Docum�nts, Laws or Regulations af any publie body having �ur�diction require any of the Work (ar part thereo� to b� inspectad, tes�ed, or approved, Cont�actor sha11 assume full xespoz�sibility for arranging and obtaining such independent inspections, tests, retests ox approvals, pay a1I costs ua c�onir�ection thexewitl�, ar� fiinl�.sh City the required certificates of inspection or approval; excepting, however, those �ees speciiically identif'ied in the Supp�ementary Gonditions or any Texas Department ofLicensure and Re�u�ation (TDLR) rnspectzons, which shall be paid as descrzbed u� the Supplernentary Conclitions. G. Contractar shall be responsib�e fox a�anging and obtaining and shall pay all cnsts in connec�ion with an�r inspections, tests, re-tests, or appro�als required for City's accepta.nce of material� or equipment to be �corporated in the War1{; or acceptan.ce ofmaterials, m� designs, or ec�ipment subrnitted for approval prior to Gontractor's purchase thereof for incorporation in. tlae Wor�c. Such inspections, tests, re-test�, or apprav�ls shall be performed by arganizations acceptable to City. D. City may arrange for ihe se�rices of an it�dependent testing 1al�arato7ry ("Testing Lab") to perforin any inspections or tests {"Testing"} for anq pa� of ihe Work, as deternnined solely by City. 1. City will coordinat� such Testing to the extent possible, with Contractor; 2. S}�ould any Testing under this Section 13.03 D result in a"fail", "did not pass" or other srmilat• negative result, the Cont�-actor slaall be respons�le for payi�ig for any and all retests. Contractor's cancellat�on without cause of Czty in�iated Testing shall be deemed a negative result and require a retest. CI'I'YOF FOIZT WORrH STAMIARDCpNSTRUCTION SPEC[�ICA7'ION DOCUMENfS Revision: 8n3C1(i2l WESTCREEK CHAfVNEL MAINTENANCE CI7Yp130J�C7 NQ. i030fiq ao72oo-i GENERAL CON�1TlON S Page 49 of 63 3. Any atx�ounts ovved for any retest un�er this Section 13.43 D shall be paid d�ectly t� the Testing Lab by Contract�r. City will forward all invoices fox retests to Contractor. 4. IfContractor fai�s to paythe Testing Lab, City will not issue Final Payrnentuntii t31e Testing Lab is paid. E. If az�y Work (ar the worlc of others) t.�at is ta �e inspected, tested, ox approved is covered hy Contracfior without written cor�curzence of City, Contractor sha�, if requested by Ciiy, uncaver such Work for observation. �'. Uncovering '�+Vork as provided ita Paragi-aph 13.03,E shall be at Contractor's expense, G. Contractor shall have tlae right to nraake a Con�ract Cla.im regarding any xetest or ir�voice issued under Section 13.03 D. I3.04 Uncovering Work A. Zf any Wozk is covered contrary to �e Co�traat Dac�nents or speeifi"�c rostructions by tbe City, it must, if requested by City, be un.covered for City's obse�rvation and replaced at Cont�actor's expense. B. If City considers it necessary or advi�able that covered Work be observed by City or inspected or tested by oEl�exs, Coza#�'actor, at City's z•equest, shall unco�er, expose, ar othei�vvise make available far observation, inspectzon, ar testin.g as City may require, that poz-tion a� the Work in question, firrnsChing all necessary labor, material, and equipment. 1. If it is found that th� uncovered Wark is de%ct�ve, Cantractor shall pay aIl cla.ims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all eoux•t ox other clispute resc�lutian costs) arising aut of or relating to such uncovering, exposure, obser�ation, inspection, and iesting, and of satisfactory replaceme�t or recanstruction {inchzding but not lirnited to aIl costs of�repair or replacement of wor�c of others); or City shall be entitl�d ta acc�pt defectiv� Work m accordance with �'aragraph 13.0$ in which case C�ontr-actor shall st�l be responsibte for all costs associated witl� exposing, observing, and tes�ing the defective Wark. 2. If the uncovered Work is not found to !�e defectzve, Cnntractor shall be allo�ed an increase iz� the ContractPxiceor anex�ensian ofthe ContractTime, or both, d�ectly atiributable to such uncavering, exposure, abservation, inspection, testing, repJacement, and recanstr��tion. 13.05 City 14ifay Stop the Work If t.�.e Work is de�ective, or Contractor fa�ils to supply suff'zcient sk�led workers or suitable materials ar equiprrient, or faiLs to perfoim the Wark ixi such a rvay that th.e cozrapleted Work will canfo�xxi. to Che CantractDocuments, City may t�rder Contz�acior to stop the Woxk, ox any portaan thcreof, uzzt�l tl�e cause for such order has been eliznivat�d; however, this right of City to stop the Work shaIl not give ri�e to any duty on tne part of City ta �xe�•cise this right iar the benefrt oi Contractor, any Cl`I'Y OF FORT RIOI2TH STANI�ARDCONSTA[1GTION SPECIN[CATIQN DOCTTA7ENTS Itevision: 8�'L'il1(�'Li W�STCRE�K eHANNEL MAINT�NANGE GITY PROJECT NO. 703Q60 00720fl-1 GENERAL CONDITIDN S Page 50 of 63 Subcontractoz, any �upplier, any other individual or entity, ar any surety f�r, nr ernployee or ag�nt of any o� them. 13.Q6 Cor��ction orRemovcal ofDefective Work A. Promptly after receipt of written notice, Conitactor shall correct all defect��ve Work pursuant to an acceptable scheduke, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Ciry, remove it from the �roject aad replace it with Work that is not defective. Contractor shall pay all cl�irns, costs, adclitiitional testir�g, losses, and damages (ir�cluding but not ]irnited to all �ees and charges of engineers, architects, attorneys, and other professionals and all co�urt or arbitration or other dispute xesolution casts) ar�sing out af or relating to such correction or ramoval (including but not ]itnited to all costs of repa�r or replacexn.ent of work af others). Failure to requne tlie removal of any defective Work shall not constitute acceptance of such Wark. B. When correcting defective Work under the tet�'ns of' this Paragraph 13.06 ar Paragraph 13.07, Contractor shall take no action that would void or othenvise irnpair City's special warranty and guarantee, �f' any, on said Work. 13.b7 Corry•ection Period A. If wit�ain two (2) years after the date of Final Acceptance (or such longer period of time as tna.y be prescribed by t�►e terms of any appJzcable speeial guarantee requu�ed by the Co�ntxactDoc�ments), any Work is found to be defective, or if the repair of atay damages t�o ti�e land or areas made ava�7able for Cantractor's use by City or permiited by Laws and Regulations as conte�plated in Paragraph 6.10.A is found to be defective, Cant7'actor shall promptly, without cost to City and in accardance with Ciry'� writte�. in.stauctions: 1. reparr such defective land or azeas; or 2. correct such defective Work; or 3. if the defective Work has bean rejected by City, rernove it fram the Project and replace it wi�h Work that is not defective, and 4. satisfactorily correct or repair or remo�+e and replace any damage to other Wax�, to the work a£ others or a�her land or areas resulfimg therefrom. B. If Contractar does not proznpt�y comply with t.�e terms of City's rvritien instructions, or in an emergency v�rhere delay would cause serious risk of loss ar damage, City ma.y have the defective Wor� cozrected or repaired or may have the rei�cted Work removed and replaced. All claims, costs, losses, and danaages (including but not limited to aIl %es and charges of engineers, architec�s, attorneys, and other professiona�s and all court or ather dispute resolu�ion costs) arismg out of or relating ia such correction or repair or such reznoval and replacement (including but not limited ta alI costs af repair ar replacem�nt of work of athers) will be �aid by C�ntractox. CITY OF FOltT W012TH STANDARDCdNSTRiFCT10N SPECIFICATION BOCUII�EENTS Rcvisian; $'1�11021 WESTCREE!{ CHANNEL A71A]NTENANC� CI7Y PR4JECT NO. 103060 007260-1 GENER�IL CONDITION S Page 51 nf 63 C. In specia� ci�cumstances w�ere a particula.r item of equipment is placed in continuo� service be�ore �'inal Accepfance of aJl the Worlc, the correctian period for that itern zza,ay startto run frozn an earliex date i£ so provided �n the Cant�act Docuimen.ts. D. W��ere defective Work (and damaga to other Work result�ng therefrorn) has been corrected or remaved and replaced under this Paragraph 13.07, the correction period hereunder with iespect to such Work may be required ta be extended for an additional pei�od of one year a�er the end of �e irutiial conrect�on pei-�od. City shall provide 30 days written zaotice to Contractoar should such additional warranty coverage be required Contractor may dispute this requirement by filing a Contract Claim, pursuani to Paragraph 10.06. E. Cont�actor's obligations under this Para�raph 13.07 are in add'rtion to any otl�er obligation or warranty. The provision� of this Paragraph 13.0'7 shall nat be construed as a substitute for, or a waiver of, the provisions of any app�icabl� s�atute of limita�ian or r�pos�. 13.0$ Acceptance ofDefective Work Tf, instead of requiring correction or removal and replacement of defecti�e Wark, City prefers to accept it, City may do sa. Contractor shall pay al� ciairns, costs, losses, and damages (including but not L�nited io all fees and charges of �ngine�rs, architeets, attorneys, and othea- professianals and a11 eourt or ot.�ier dispute resalution costs) atlnbutable to City's evaluation of and detern�ina.tian to accept such defective Work and for the di�ninished valLie af tk�e Waxk to the extent a�ot othenvise pazd by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Oxder will be issued incorparating tYie necessary revisions in ihe Contract Doci.unents with respect ta tile Work, and City shall be entiiled to an appropriate decrease m tbe Contract Price, reflect�g the dirriinished value of Woz•k so accepted. 13.09 CityMay Cor��ectDefective Work A. If Con�-actor iails within a reasonable tnne after written no�ice from Ciiy to eorrect de%c�ive Work, or to retnove and replace rejected Work as required by City in accordance with Paragraph 13.Ob.A, ar if Contractar faiis to pexform tlae Work in. accordance wikh tkae Cont�act Docunnents, or if' Cantractor fails to comply with any other provision of the Contraci Documents, City rnay, af�er seven (7) days v�n-itten notice to Contractor, cclrrect, or remedy any such deficiency. B. Xn exercising the xights and reznedies under this Paragraph 13.09, City shall praceed expeditiausly. In connection witky such corrective or rernedial action, City tx�ay exclude Contractor from all or parC of the Site, take possession of all or part of the Work and sus�end Contractor's services �•elated thereto, and inenrpnrate in the Work all materials and equiprnent incorporated in the Woxk, stored at the Szte or for wh�ich. City has paid Contractor but which are stored elsewhere. Contractor slla.11 allow City, �City's represen#atives, agents, consultan.ts, emp�oyees, and City's other contractors, aecess to the Site ta enable Ciry ta exercise the ri�ts and rem�dies under this Paragraph. C. AlI claizns, costs, losses, and datrjages (includir��; but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court ox otk�er dispute resolution CITI'QF FORT WpRTH STAIVDARDCONSTRIICTION SPECIFICAT[ON DOCLT(vIENTS Revision: 8�13I�21 W�SiGREEK CHANN�L MAINT�NANCE CITY PROJEGT NO, 103060 oo7zoo-i G�r����coNn�T�oNs Page 52 of 63 costs) incurred or sustained by Ci�y in exercismg the rights and remedies under this Paragraph 13.09 wili be charged agait�t Contractor, and a Change Order will be issued incorporating the necessaryrev�sions iri ihe Cant�act Documents with respect to the Wark; and City shall be entitled to an appropci�ate decrease in the Contract Price. D. Contractor shall not perFormanGe of t1�e 1' aragraph 13. 09. be allowed an extension of the Contract Time because of any delay in the Work a�inbutable to the exez•cise af City's rights and remedies under this ARTICL� 1�4 — PAYMENTS TU CONTRACTOR AND COMPLETION 14.01. 5`chedule af Yalues The Schedule af Values for �ut�p sum contracts established as provided ic� Paragr-aph 2.07 will serve as the basis for progcess payments and will b� iricorporated into a form of Appfication fa3r Payment acceptable to City. Progress payments on accoun� of LTr�it Price Work r,v� ba based an the number of unrts campleted. 1�.02 P�-agress Payments A. ApplicationsforPayments: 1. Contractor is responsxble for providing all information as required to become a vendar of the City. 2. At least 24 days be%re the date established 'm the General Requirements for each pragress pay��ent, Cantractor shall submit ta Ciiy for revi�w an Application for Paynaent %lled out and signed by Conf�actor covering the Work campleted as of the date of the Application and accnmpanied by such supportin:g docu�nentatian as is required by the Contract Documents. 3. If pa.yinent is �requested on the basis of materials and equipznent not incorp�rated in the VG'ark but delivered and suatably stored at the Site or a� another locatian agreed ta in writu.�g, the Application fox Payz�ent shall a}so �e accampanied by a b�71 of sa�e, invoice, or other documentaiian vvarranting that City has xeceived the naaterials and equipment free and clear of all Liens and evidence t�iat �he ma�erials and equipment are cove�•ed by appropriate insurance or otkex anrangemenfis ta protect City's inter�st therein, all of which must be satisfaeta�y ta Ciry. 4. Beginning with the second Application far Paymezat, each Application shall include an aifidavit of Con�ractor stati�g lhat previ�us progress payments receiv�ed an accounk of the Work have been applied on account to discharge Conlractor's iegitimate obligations assaciated with priox Applications for Paymer�t. S. The amount of retainage vvith respect to pxagress payments will be as descx7bed in subsection C. unless atherwis� stipuIated in the Contract Docuznents. C1T'Y OP FORT WORTH STANDARTICONSTR[1CTION SPECIFfCAT101� BOCi_fMENTS Revisian: B�L�.%ZD21 WESTCREEK GHANNEL MAINTENANCE CITY PROJECT iJO. 103�60 oo�zoo-� G�NERAL CAN�ITION S Page 53 af b3 B. ReviewofApplicatiQns: City will, after Y•eceipt of each Applicatian %r 1'ayment, either indicate in vvriting a recammendation of payrnent or return the Application to Contractor indicating reasons for refusing payment. In the Ia�ter case, Contractor may make the necessary eorrectrons and resubmit the Application. 2. Ci�ty's processit�g o£ any payme�t requested in an �►pplication for Paytnent w�7L be based on City's observations of the executed Work, a�d an Czty's xeview of the Application for Paqrnent and the accompanying data and schedules, that to the best of City's kr�owledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally iu� aecorda�zce with the Cc�nl�act Documents (sub�ect to an evaluation of the Work as a fiulctio�ing w4�ole prior to or upon Firial Aceeptance, the resuits of any sabsequent tesis called for in the Cont�act D�cutnents, a final detezx�r�ir�atzon of quantities and class�ications �or Work performed under Paragraph 9.05, and any other qualif"�cations stated in the recommendation}. 3. Processing any such payment will not thereby be dee�ed to have repxesented that: a, inspections made to check the qualiiy or the quantiLy of the Work as it has been perfo�ed have been eachausti�e, extended to every asp�ct of ihe Work in progress, or invol�ed deta�ed inspectzons o� the Waxk beyond the respo�s��ities specifically assigned to City in th� Contract Documents; ar b. there may not be other mat�ers or issues hetweenthe parties that nvght entitle Cont�actor to be paid additionally by Ciiy ar entitle Ciry to withhold payment to Cont�actor; or c. Contractor has complied with Laws and R.egulatzons applicable to Caniracior's pez�ormance of the Work. 4. City may re£use to process the whole or any part of any payment because of subsequently discovered evidence or the r�sults of subsequent inspections ar tests, and re�ise or revoke any such payment previously made, to such extent as may be necessary to protect Ciry from �oss because: a. the Work is defective or completed Work has been damaged by the Con�ractor ox subcontraetors reqt�iriug carrectian or replacement; b, discrepancies in quantities cantained in previous applicatiazas faz- payxxzent; c. the ContractPrice has been reducedby Ghange Orders; d. City has been requi�ed ta corxect defective Work or complete Work in aecordance vvi�h Paragraph 13.09; or CTTYOPFORT WOATFI STANDARI]CONSTRl1C�lON SPECIFICATfflN DOCUNIENTS Revisian; $�23C1�121 WESTCREEK CHANNEL MAINTENANCE G]TY PR�.i�CT NO, 1030fQ oo�aao-� GENERAI. CONpI710iV S Page S4 0£ 63 e. City has actuaI knowledge of the occurrence of any of the events en�unerated in Paragraph 15.02.A. C. Retainage: 1. �'or cor�tracts less than $�DO,ODO at the tinae o� execution, retainage shall be ten pereent (10%). 2. For caniracts greater than $400,000 at the time of execution, reta�age shall be frve percent (s%). D. Liquidated Da�ages. For each calendar day that any work shall remain uncornpleted aftex tk�e time specified ui the Cantract Doeurn�nts, the surn �er day specified 'm the Agreement will be assessed against the monies �ue t�e Contractor, nai as a penalry, but as damagas st�f'ered by the City. E. Payment: Contractox will be paid pursuant to the requirements of this Article l4 and paynaent �nviIl become due in accordance vvith the Contract Documents. F. Reduction in Payment.• 1. City may refuse to make paym.ent of ihe aznoumt request�d because: a. Liens have been frled in cannection with the Worl�, except where Conttaetof has delivered a specific bond satisfactary to Ciiy to sec�.u�e the satisfaction and discharge of such Liens; b, there are othex iteTms entitling City to a set-aff against the amount recomme�ded; or c, City has actual knowled�e of the occurrence of any of tk�e events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. Tf Ciry refi�ses ta make payment of the amount requested, City vvill give Con�ractor written not�ce statit�g tk�e z'easans for such aetion and pay Contractor any amount re�nainmg after deductian of the amaunt so withheld, City shaIl pay Contractor the amount so withheld, or any adjustrn�nt th�reto agreed to by City and Gontractor, when Contractor remedies tlle reasons for such actiqn. I4.03 Cantractar s YYa�raniy of Tiile Contractor warrants and guarantees that tit�e io all Work, materia�, and equipment covered by any Application �or Payment,whether iricarporaied in the Project or �ot, wiIl pass to City no later than the tirrne of payment free and clear of all Liens. C1TY QF FORT WORTH STANDftRDCQIVSTRUCTION SPECII'[CATION DOCLIMIENTS Itevision: 82'3J3U21 WESTCREEK CHANiVEL MAI�l�ENANC� C1TY PROJECT NO, 103060 OD72OQ-1 GEN�RAL CANDITION 5 Page 55 of 63 14.04 Partial Utilizatio�a A. Prior to Fival Acceptance of aI� the Wark, City may use or occupy any part of the Woxk which has specificaIly be�n ident'rEied in the Contract Documents, or which City detezm'vnes constitutes a separately functioning and usable pai-� of the Wnrk that can be used for its intended purpose wz�out sig�i£'�cant interfetence with Contractor's }aerforn�ance of tl�e xemainder of the Work. City at any time may notify Con�ractox in wri�ti�g to pe�rnit City to use or accupy any such part of the Work which City determines to be ready for its intended use, sub,�eet to the followivag conditions: X. Contractar at any time ma� notify Ciiy in writing that Ca�tractor considers any such �art of the Work ready for rts izatended use. 2. Witivn a rEasonabl� iime after notification as enumerated 'm Paragraph 1�.OS.A.1, City and Contractor shall make an inspection af �ai part of tlze Work to determine its status of camplerian. If Ciry does not consi�ler that part af the V�ork to be substantiaDy cornplete, City will natify Contractor in writing givmg the reasons therefar, 3. PartialUi�izatinn vc��1 r�ot constitute Fuaal Acceptance by City. 1�}.05 Finallnspection A, Upon wzxtken not�ce from Gantractoi• that the en�ire Work is Substantially Complete in accardance with the Contract Doc�.ments: 1, Wit� i0 days, City will sehedule a Fina1 Inspection with Conlxactar. 2. City will notify Contractor in wrzting of alI parCiculars in which this inspection reveals that the Work is incomplete or defectrve {"�unch List Items"}. Cantract�r shaIl immediately take such measures as are necessary #o co�plete such Wark ar remedy such deficiencies_ B. No time charge will be made agam5t the Contractor b�tt�een said data of notif'ication to the City of Substantial Completion and tl�e date of Final Inspec�ion. 1. S�iauld th� City determine that the Wolk is nat ready for Final T�.spection, City wiU notify the Contractor m�riting of the reasons and Contract Time will resume. 2. Shoul.d the City concur that Substan�€al Completion has been achieved with the exception of any Punch List Itetns, Con.tract Time will resume for the duratian it takes for Contractflr to achieve Final Acceptance. 14.Db FinalAcceptance L1pon completion by Contractor to CiEy's satisfactian, of any additional Worlc identif'�ed in the �'inal Inspection, City will issue to Contractor a letter of Final Acceptance. CTTY OF FORT WORTH STANLIARDCONSTRUCT]ON SPECEFICAT[ON I]QCifNfE1V'FS Ravisiqn: $2'32(121 W�S7CR��K CHANNEL MRINTENANCE CITYPROJECT NO, 703060 oo�zao-i G£NERAL CON01�'ION S Page 56 of 63 14.D7 FinalPaytraent A. Applica2ionfarPayment: 1. Upon Final Acceptance, and in the opvuon of City, Gantractor may ma�Ce an application for fi�aal payrn.ent fo�owix�g the procedure £or progress payments in accordance with the Contiract Dociunents. 2. The �`mal Application for Payrnent shall be accompanied (excepfi as previously delivered) by: a. all documentatian called �or in the Cantract Documents, including but not limited to the evidence of insu�rance required by Paragraph 5.03; b. cansent of the sur�ty, if any, to final payrn�nt; c. a list af all pending ar released Damage Claims agamst City that Contractar believes are unsettled; azad d affidavits of payments and complete and legal�y effective xeleases or waive�s {satisfacto�y to City) of aIl Li�n rigl�ts arising out of or Liens filed in connection with the Worrk. B. PaymentBecomesDue.• 1. After City's acceptance of the Application for Payment and accompanying doeumentation, requestcd by Contractor, less �reviutrs payments made and any sum City is entii�ed, including but not iimited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b, Cantractor provides evidence that t�►e Damage Claun has been reported �o Contractor's in.suzance pxavider for resoluiion. 3. The making of the final payment by t�e City shall not relieve the Con�rac�or of any guarantees or o�lier requirements of the Contract Documents which specifically continue thexeaftex. 14.08 Final Completion Delayed �nd Par^tzal RetainageRelecxse A, If f�al com�letion of the Work is signifcantly delayed, and if Ciiy so con�u�s, City rnay, upon receipt of Cant�actar's �'inal Application for Payment, and without tciYtiinating the Contr'act, make payment of the balance due for that portxon of the Work fially completed anci accepted. If the remainirig balance to be kzeld by Ciry fo� Worl� not fiilly corz�pleted or corrected is less than tl�e retainage stipulated in Paragraph 14.02.C, and if bonds �ave been fui�ished as required in Paragraph 5.02, th� writter� cons�nt af the surety ta the payment 4f the balance due %r that CITY OP FORT WORTH STAIVDARDCON5TRUCTION SFECIFICATIDN ]]OCU1�fENTS Revision: 843Ia{l21 WESTCREEK CHANNEL MAINTENAHCE CfTY PRQJECT N4, 103a60 oa�aoo-� G�NERAL CONDITION S Page 57 of b3 portion of the Work fully completed and acc�pted shall be submitted by Cnniractor to City wrth the Applicatian for such payment. Such payment shall be made imder the tern�s and condirions governing final payrnent, except that it shall not constitute a waiver of Contract Claims. $. Partial RetainageRelease. �'or a Contz-act that pravides for a separate vegetative estahlishrtient and mai�tenance., a�.d test and performance periods fol�owing the completian of ali o�her const�-uction in the Contr•act Documents for all Wark locations, the City rnay release a portion af the amount retained provided that a� other work is co�npleted as deter�nined by the City. Before the release, alI submi�a.ls and final quantities xn.ust be co�mpleted and accepted for all other work. An an�.aunt sufficient to ensure Contract coinpliance wilI be retained. 14.09 Waiver� af Clain�s The acceptance of fu�al paymez�� will cons�ikute a release of the City frona a�l claitxis or IiabiIities under the Contract f�r anything dotae or fi�rnished or rela.ting to the work under the Coniract Documents or any act ar neglect of City related to or connected with the Contraci. ARTICLE 15 — SUSPENSION OF WORK AND TE12M1NATI�N 15.01 City May Suspend Wark A. At any time ar�d without cause, City may suspend the Work or any porti�n thereof by written notice to Cont�actar and which may f� the date on which QVark will be resurned. Contractor shall resume the Worlt on the date sa fixed. Durmg temporary suspension of the Work covered by these Contract Documents, for any reasan, the Ci�ty will �ke no extra payrnent for stand-by tizrAe of constriuction equipment anci/or construction crews. B. Should ihe Contractor not be able io complete a portian nf the Prdject due io causes beyond the control of and without ihe fauli or negligence of the Contractor, and sbould it be determined by z�utuaI coz�sez�t af the Cantractor and Czky tha:t a solution ta al�ow construction to proceed i� not ava�able within a xeasonable period of tirne, Contractor may request a.n extension in Contract Time, clirectly am�ibutable to any such suspension. C. If it should become necessary to suspend the Wark for an inde�inite perio�l, the Conf�'actor skaall stare a� matexials in such a naamz�.ex t�.at they w�il.l not obstruct o� izn.pede the pubiic unnecessarily nor hecome darmaged in any way, ax�d he shaIl take every precaution to prevent clatnage or deterioratian af the vvork per%rmed; ne shall provide suitabl� drainage about t1�e work, and erect te�porary siructures where necessary. D. Contractor may be reimbt�rsed for the cost of moving nis e�uupment off the jt�b and returning the necessary equipment to the job �urhen xt is detern�ined b� the City that canstruction may be resumed. Such reimbursement shall be based on actual cast to the Contractoc of �oving the equipment and no profit will be allowed. Reimbursement may nat be allowed if` the equiprnent is znoved to another constaruction p�roject for the City. C1TY OF FORT W017T}i STANDARDCONSTRUCTIOIV SPECIFiCAT[dN DOCUNfENTS Revision: 8�23�Ci�l WESTCR�EK CHANNEL MAINi�NANC� CITY PROJECT Nd. 103060 ao �ra oo - i GENERR� CAND ITION 5 Page 5& of 63 15.02 Ciiy May Te�minate for Cause A. T�e occurrence of a.ny one ar more af the followit�g e�ents by way af example, but not oi limitation, may justify ternlination for cause: 1. Contractor's persi�tent faih�re to perform the Work in accordance with the Contract Documents (including, but �ot limited to, failure to supply sufficient skilled workers or suitable inaterials or equipment, failure io adhere to the Praject Schedule e�tablished under Paragraph 2.07 as adjusted fram time ta time pursua.nt to �'axagiraph 6.Q�, or failure to adhere to the City's Business Diversity Enterprise Ord'mance #20fl20-12-2011esiablished under Paragraph 6, Ob.D); 2, Contractor's disregard af Laws or Regulatio�ts o£ any public body hav�g jurisdiction; 3. Contractnr's repeated disregard of tke authority of City; ar 4. Contractor's violation in any substantial way of any pro�isions of the Gontract Documents; or 5. Con�ractox's fail�re to proxnptly make goocl any defect zn znaterials or wor�nanship, or defects of any nature, the correction of which has been diracted in writing by the City; or 6. Substant�al indication that the Cnnh•actor I►as rnade an unauthoriz�d assigiment of the Contract or any fiinds due therefrom for the benefit of any czeditor or %r any other p�pase; or 7. Suhstantial evidence that the Coniractor has becorne irisolve�zt ar i�az�larupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Coni�actor �ominences legal action v� a caurt of co�aetent �urisdiction aga�st the City. B. If one or more of the evenks identified in Paragraph 15.02A. occur, City wiJ.l provide wzitten n.otice to Contractar and Surety io arrange a conferenee with Contractor and . Surety to address Contractor's fa�ire �o �erfor�n th� Work. Conferenc� shall be held not later than 15 days, after xecezpt of r�otice. 1. If the Ciiy, the Con�ractor, and the Su�.•ety do nat agzee to allow the Contractor to praceed to perfor�n the constxuctian Coniract, th� Ciry may, to the Extent permitted by Laws and Regulations, deela.re a Contractor defauit and %rmally ternvnat� t1�e Con�ractor`s righi ta complete the Con�-act. Cantractor default skzall not be dec�ared earlier than 2a days after the Con�ractor and S�u•ety ha�e received notice of conference to adc3ress Contractor's failure to perform the Work. 2. If Contractor's se3vices are tern�inated, Stuety shall be obligated to taf�e over and perform the Work. If Surety does not coznmence pe�rfa�nce thereo�w�thin 1S consecutive calendar days after date of an addi�ianal written notice demand'mg Surety's performance af its CITY OF T'ORT WORTH STANDARDCONSTROCTION SPEC[F'ICATION DOCUMEN'T5 Revision: 8231�021 WESTCREEK CHANNEL MAINTENANCE CiTY PROJECT NO, i03060 UD72D0-1 GENERALCQN�ITION S I'age 59 of G3 obligatians, then City, without process or action at law, may take over any portion of tl�e Wark and cozxipleta it as descr�bed below. a. If City completes the Work, City may exclude Contractor and Surety fronn the site and take pnssession nf the Worlc, and all xnateria�s and equrpment incorporated into the Work stored at the Site or far whzch City has paid Contractor or Surety but which are stot�ed elsewbe�•e, and finish the Work as Ciry inay deem expedient. Whether Ci�y or Surety conlpletes the Wdrk, Cantractor shall not be entitled to rece'rve any further payment unti� tk�e Warlc is £'�nished. If the unpaid balanca of the Cantract Price exc�eds all clairr�s, costs, losses and c�.mages sustained by City arising out of or resulting £rorz� eompleting the Work, such e�cess will be paid ta Contractox. I:f such clairr�s, costs, Iosses and damages exeeedsuch unpaid balance, Contractox shall pay the d�ference to City. Such claiYris, costs, losses and damages incurred by C�ity will be incorporat.ed in a Change Order, provided that when exercisiz�g any rights or remedies under this Paragr-aph, Cily shall nat be required to obtain the lowest price fnr the V4�ork perforined. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or acco�w.table to Contractor or Surety for the methnd by wluch the ec�mple�ion o£ the said '�Vark, ar any porti�n t�ereof, rnay be accomplished ar for the price paid thexefor. 5. City, notwithstanding tY�e method used in completing the Contract, shall not forfeit th� right ta recover damages from Cont�actor or Sza7rety for Contractor's fa�lur� to tunely complete the entge Contract, Contractor shall not be entitled to any claun on account af the rriethod used by City in completing the Canh•act. 6. Mainte�ance of tkE Work shall contuiue to be Contractor's and Swrety's respornsibilities as pro�vided �or in the band requirements of the Contract Documents or any spec�al guarantees pravided far �dex the Contrract Documents or ar�y other obbga�ions otherwise prescr;'bed by law. C. Natvvithstanding Paragrapl�s 15.02.B, Cantractor's services wi11 not be te��minated if Cont�actor begins wi� seve� days a� xeceipt of n.otice of intent to terminate to corr�ct its ia�lure to perfarm and praceeds diligently to clue such fail�are wi�Ivn no more ihan 30 days af receipt af said notace, D. Where Con�ractor's services have been so terminated by City, the tez�aination will not affect any rights or rernedies of City against Can�ractar fhezz e�istin� or which ma� ther�a��r a�crue. Any retentian ar payment of moneys due Contractor by Ciry will not release Contractor from l�ability. E. If and to tke extent that Cantractor has provided a perfornnance bond uz�.der the provisian� oF Paragraph 5.02, th� t�rminatian procedures of that band shall not supersede the provisions of �Iiis Artic�e. CIf Y OF FORT WORTH STANDARDCONSTRUCTION SPEC[�ICAT]pN DOCTIMENTS Revision; 82'�2021 WE3TCR�EK CHANNEL. MAINTENAIVCE GiTY PROJECT NO. i030fi0 OD7200-] GENERAL CANDITIO�I S Page 6a of 63 15.03 CttyMay TeNminaCe For Conveniertce A. City may, without cause and withaut prejudice to any oiher right or remedy o� City, terminate the Contract. Any termir►ation shall be ef�ectedbymailing a notice ofthe ternvnation to the Contractor speci£yir�g the extent ta wluch �erformance of Work under the contract is terminated, and the date upon which such terrr�inati�n becomes effective. Receipt of the notice sha�l be deemed cflnclusi�rely presurned and established when the letYer is p�.ced in the United Staies Postal Se�vice Mail by the City. Furfher, it shall be deezx�.ed conclusively presumed and established that such terxnination is ix�.ade with just ca�ase as therein stated; and no �raof in any claim, dema�d or suit shall be required of flie City regarding such discretianary action, B. After receipt ai a r�otice of te�rnination, and except as otherwise directed by the City, the Contractflr shall: 1. �top work under the Contract on the date and to ihe extent spec�"ied � the notice of termmation; 2. place no further orders or subcontracts for rnaterials, services ar facilities except as �aay be necessary for completian of stzch portion of the Work under the Contract as is not terminated; 3. teri��inate aIl orders and subconiracts to the extent that they relate to the perforniance of the Work terminated by notice oi termin�tion; 4. transfer title to the City and de�iver in the mannex, at the ti�nes, and to the extent, if any, directed by the City: a. khe fabricated ar unfabY7cated parts, Wark in prngr�ss, completed Work, supplies and other material produced as a part of, or acquired ir� cannection wit,h the perforxnance of, the Work terr�afied by the notice of the tenz�ina�ion; and b, t�.e completecl, or partiaJly completed plans, drawings, information and other pzoperty whicl�, �f the Cantract had been completed, r�ould hav� been required to i�e �urnished to the Gity. 5. camplete performance af such Work as shall not have been te�nitiated by the notice of te�inatzon; and 6. iake such action as may be necessary, or as the City may direct, far the protectian and preservation flf th� praperty related to iis contract which is im� the possesszon of tkie Contractor and in which the owner has or may acquiz�e th:e rest. C. �1,i a time not later Yhan 30 days afterthe teiniination date spec�ied in the notice of termination, the Con�ractor may'submit to the City a list, certif'ied as to quantity and quality, of any or all itezns of termination inventory not pieviflusly ciisposed of, exclusive of items ihe disposi�ion o�'which has been d�rected or aut�aorazed by City. CITY OF FORT WORTH STANDARDCON57RUCT]ON SP�CIFICATION DOCLINIF.NTS Rcvision: &�J3f7�1 WEBTCREEK CHA�lNEL MAINTENANCE Cf1Y pROJ�C�NO, iQ3U6fl 00724D-1 GEiVERAL CON� ITfON S P�e 61 af 63 D. Not later than 15 days th�reafter, the City shall accept trtle ta such items provided, that the list subzxutted sha� be subject ta verif'ication by th� City upon removal of the iterns or, if the items are storcd, witk�tta 45 days from the date of subrivssion of the Iist, and ariy necessa�ry adjustrnents to correct the list as submitted, shall be made prior to final settlernent. E. Not later than 60 days after the notice of tez�nin.ataon, tkae Cantractar shall submit his tern�ation cla.im to the City in the fnnn and with the certification prescnbed by the City. Llnless an extension is made iu� wrzting within sueh b0 day periad by the Co�tractar, and granted by the City, any and all such claims sha1I be conclusi�ely deemed waived. F. In such case, Contractor shali be paid for (without duplication of any rtez��s): 1. campleted and acceptable Work executed in accordance wiih the Contract Docuxnents prior to the effective date of termination, inclucling fau and reasonable sums for overhead and pro�it on such Work; 2, expenses sustained prior to the �ffective date of texznitaatzon i� perfarn�ing senrices and furnishing labor, materials, or equipmenti as required by the Contract Docunaents in connectian with uncompleted Wor�, plus fau- and reasanable sums far averhead and profi� on such expenses; and 3. reasonable expenses dn-ectIy' attributabl� to tertninatzon. G. Irz the event of the �ailure of the Contractor and City to agree upon the whole an:�ount to be paid to the C�ntractar by reason. o£ the termination of the Work, the City shali determine, on the bas�s ofinfol•mation ava�able to it, t11e anaount, if any, due to the Gontractorby reasonof the terilvnation and shall pay to the Contractor the amounts determined. Contractrnr sha� not be paid an accaunt of loss of anticipated profits or xevenue or other ecanomic Ioss arising out of ox ��esulting from such termination. ARTZCLE 16 — DISPiITE RESOLiTTION 16.01 Methods and Procedure� A. Eitlier Ciry or Contraetor raaay request mediation of any Contract Clairn submit�ed for a decasion under Paragrapl� 10.06 �efore sucY� deci.�ion becames fu�al and buid'mg. The requ�st for mediatiion shall be submitted to the other party to the Contract. Tizxzely submissian of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shail participate in the znedia.tion process in good faith. The process shall be commenced within 6Q days of filing of tize request. C. If the Contrac� Clainn is not resolved by mediation, City's actian under Paragraph 10.05.0 o� a denial pursuant to Paragraphs 10A6.C.3 or 1Q.06.D shall become final and binding 30 days after t�rmu�ation of the mediation unless, wi�un. tkiat time period, City or Contractor: CITY OF FORT WpRTH STANDARI]C(ll`lSTRIICTION SAECIP[CATiON DOCUM�,NTS Revisinn: 8123CIA21 WESTCR�EK CHAIVN�L MAINTENANCE CITY PRO.IEGT NO. 103Q60 00 7a oo- i GENERAL CONDITION S Page 62 of 63 1. elects it� writing ta invoke anp other dispute res�lution process pra�ided for in i�ie Supplementary Condi�tions; or 2. agrees with ihe other party to submit the ConLract Cla.irrz to anot�er dispute resolution process;ar 3. gives vcrritten notice to the other parry of the in.�ent to submit the Contract Claim to a court of coffipetent jurisdiction. ARTICLE 17 -- MLSCELLANEOUS 1.7.�i GaviragNoiice A. Whene�er any pro�ision of the Contract Documents xequires the givi�g af written notzce, it wi� be deer�n.ed to have been valiclty given i#: 1. delivered in p�rson to t�ie individual or ta a member of the firna or to an officer of the caiparation far whozn it is mtended; or 2. delivered at or sent by registered ar cet�if�ed m��, postage prepaid, to the l�st busaness address known to the gi�ver of tb.e notice. B. Bus�ess address changes must be prompily �ade in writir�g to the other pa��ty. C. Whenever the Gontract Document� specif'ies givmg notzce by elecironic means such electronic no�ce shall be deemed sufficie�at upon confirmation of receipt by the receiving party. �7.02 Computataon ofTime.� When any period of time is referredto in the Con.tract Doew�aents by days, it w�l be computed ta exclude the first and include the last day oi such period. If the last day of any such period falls on a Sat-urday or Sunday or on a day made a legal holiday the next Wor�Cing Day sha11 become the �ast day ai the period. 17.03 Cttmulative Remedies Th� duties and obligatians imposed by tl�ese GeneralConditions and the righ� and remedies available hereunder to the parties heretn are in addition to, and are not ta be construed in any wayas a limitation af, any rights and renrzedzes available to any or all o� them which are otherwise imposed dr avaiIable by Laws or Regula.tions, by special wairanry nr guarantee, or by other provision� of t�e Contract Dacuments. T�ae provisions of this Paragraph will be as effective as if repeated specif�ically it� tk�:e Contract Doctunents iz� connection vvith each particular duty, obfigation, right, and remedy to wlueh they apply. CITYOFFORT WORrH ST/,NDARDC4NSTR[FCTION SPE,CIFICATIOT�f I74CUMENTS Rcvision: 8IL3I1J321 WESTCREEK CHANNEL MAINTENANCE CITY PROJ�C7 NO. 103060 00 �2 oa - i GENERAL CO�fD1TI0N S Page 53 of 63 17.04 Si�r^vival af'�bligatians AIl representations, �demniFicaiions, warranties, and guarantees made in, required by, ox gin�en in accordance with the Contract Documents, as well as all cantinuing obligations indicated in the Contract Documents, will surviiva final payment, campletion, and acceptance ai tlie Work ar te�mation or camplation of the Contract oz• termination oithe services of Contractor. 17.05 Headings Article and paragraph headings are inserted for converu�nce only an.d do nat canstitute �arts of these General Conditions. CTTY DF FpRT WORTH STANDe�1RI7�ONSTRUCT�ON SPECIFICAT[�M DOCUM�NTS Re�isian: 823/)�1 WESTCREEK CHANN�l.14fAINTENAY�CE GITY PFtDJ�CT NO, i0306fl r����; l� t�u;X�'+i- �t,?1N1� [�f"i"L�f`I'I(}N�1LL�° 00 73 OQ SUFPLENEENTARY CCSNDITIONS Eage l of 6 sECT�orr oo �3 ao SY]PPI.EM�NTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Cond'rtians These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions af the Contract Documents as zndicated below. All provisians of the General Conditions that are modifed or supplemented remain in full force anci effect as so modi�ed ar supplemented. All pro�isions of the General Conditions which are not so modified or supplemented remain in fulj force and effect. Defined Terms The terms used in these Supplementary Conditions which. are defined in the General Canditions have the meaning assigned to them in the General Canditions, unless specificall� noted herein. Mndifications and Supplements `The fallowing are insiructians that modify or supplement sPeaific paragrapt�s in the General Conditions and ather Contract Documents. SC-3A3B.2, "Resai�ing Discrepancies" Plans govern over Speci�cations. SG4.OlA Easement limits shown on the Drawing are approxirnate and were provided to establisl� a basis for bidding. Upon receiving the final easements descriptions, Contractor shall cornpare them to tkfe lines sbown on the Cnntract Drawings. SC-4.p1Ae1., "Availability afLands" The following is a list of known outstanding right-of-way, and/or easements to be acquir�d, if any as of October 2022: Outstanding Right-Of Way, andlor Easements to Be Acquired PARC�L OWIVER NUMBER Nnne TRWb Agreement City of Fort Worth Parks Deparkment Tarrant Regional Water District City of For� Warth TA.�GET DATE OF POSSESSION 09/01/2022 09/01/2422 The Contrackor understands and agrees that tkte dates listed abave at•e estimates only, are not guaranteed, and da nnt bind the Ciry. Tf Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shal[ within five (S) Business Days and be%re praceeding �vith ihe Work, notify City in writing associated s�vith the differing easement line locations. SC-4.O1A.2, "Availakrility of Lands" CITY OF FORT WORTH WESTCREEK CHANNEL MAII+i'I'ENA7+1C� STAIVI]ARD CONSTRUCTION SPEGIFICATTbN DOCUMBNTS Cl'iY PRQ7ECTPiO, lQ30G0 Revised Marc[i 9, 2fl20 P;tPttQI�CT350� 1 810 6 7-01 49 DESIGM9-4 PROIECT MAN[Ir�L_SPECIFlCATION511�0°1o1DN 00100 73 00 51SPPLEM1�NTARY CONDIIIONS.I]OC 00 73 00 SLTYPLEMENTARY CONDITIQI�TS Page2of6 Utiiities or obsEructions to be removed, adjusted, anci/ar re�acated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or ralocated as of August 2022: EXQECTED UTILITY AND L�CATION TARGE� DATE OF OWNER ADJUSTMENT None The Con.tractor understands and agrees that the dates listed abo�e are estimates oniy, are nat gnararrteed, and do not hind tk�e City. SC-4.02A,., "Subsurface and Physical Canditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work_ A Report No. �25-2I-57, dated 5eptember 21, �021, prepared by CMd Engineerin� a sub-consultant of Plumnner Associates, Inc. a consuitant af the City, providing additianal information on Geatechnical Engineertng Study. A Repart No. 425-21-58, dated March 30, 2022, preparec3 by CM7 Engineering a sub-consultant of Plummer Assnciates, Inc. a consultant of the City, pxoviding additional information an Geotechnical Engineering Study. A Report Amendment No. 1 to CMJ Report No 425-21-5 S(Revised) Letter Dated May 31, 2022. The following are drawings of physica{ conditions in or relating to existing surface and subsuriace structures (except Underground Facilities} which are at or contiguous to the site of the Work: Level B Existing Subsurface Utility Map {Sheets, 1 and 2) for Westcreek Channel. Level B Existing �ubsurface Utility Map {Sheets, 1 and 2) for Edgecliff Channel. Level I3 Existing 5ubsurface'[ltility Map {Sheets, 1) foi Krauss �aker Channel SC-4AGA., "Hazardous EnvironmentaI Conditions at 5rte" The fa�[owing are reports and drawings of existing hazardous en�ironmental conditions known ta the City: None SC-5.U3A., "Certiiicates of Insurance" The entities listed be�ow are "additional insureds as their inferest may appear" includin� their respective officers, directors, agents and employees. {1) City (2) Consultant: Plurnmer Associates, Inc. (3) O#her: Tarrant Regianal Water District. SG5.U4A., "Contractar's Insurance" The limits of liaUiljty for the insurance required hy Paragraph GC-5.04 shall provide the foilawing cove�•ages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Woxkers' Compensation, under Parag�aph GG5.04A. CITY OF FORT Wa1tTH WESTCREEK CHANNEL MAIIITENANCE STANDARD CONSTRUCTIDI� SPECIFICATION DDCUMEN"i"S CITY PRp3ECTNd. 103DG0 Revised March 9, 2�20 F:IPROJECT51931850G7�119IIC5IGN14-4 PROIECT MANUAL_SPECIPICATIONS1100%IUIV 00100 73 00 SUPPLE�dENTAttY CONOI'ifONSDOC 00 73 00 SUPPLEMBNTARY CONT]ITIONS Page 3 of 6 Staiutary lfmiis Employer's liability $100, 000 each accident/occurrence $1 D0, 000 Disease - each employee $500, DOD Disease - paTicy limit SC-5.04B,, "Contractar's I�surance" 5.04B. Commercial General Liability, under Paragra�h GG5.04B. Contractor's Liability Tnsurance under Paragraph GC-5.048., whicli sha11 be on a per project basis covering the Cantractor with minitnum limits o£ $I,OOO,D00 each acctarrence $2, D00, 000 aggregate limit The palicy must have an endorse�nent (A�nendment —�+ggregate Limiis of Insurance) ma[cing the General Aggregate Limits apply separately to each jqb site. The Commercia� General Liability Insu�•ance policies shall pxovide "X", "C", and "U" covecage's. Verif cafion of such coverage must be shown in the Remarks Articfe of the Certificate of Insurat�ce. SC 5.04C., "Cantractor's Insurance" S.04C. Automobile Liabiiity, under Paragraph GC-S.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Autamobiie I,iability - a commercial business policy shall provide coverage on "Any Auto", de�ned as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis, Split limits are acceptable if lirnits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accidarrt / $100, 000 Proper•ty Damage SC-S.Q4D., "Contraetor's �insurance" The Contractor's construction activities wili require its employees, agents, subcontractors, equipment, and �naterial deliveries to cross �•ailroad properties and tracks Nane SC-6.Q4., "Project Schedule" Project schedule sl}all be tier 2 for the praject. SC-6.d7., °�Wage Rates" 'Z'he following is tha prevailing wage rate tabje(s) applicabl0 to this prnject and is provided in the Appendixes: o BIM 3G0 �ocation, Resources/02-Copstruction Documeuts/Specificat�onslDiv-QOIGeneral Canditions A capy oftIie table is also availabl� by accessing the Gity's we6site at: httns:/lapDs.fartworthtexas.�ov/Proi ec�Resources/ C1TY OT' FOItT WORTH WE5TCREEK CHANNEL MAIN�'ENANCB STA-lV�ARD COI�iSTRCTCTION SPECIFICATION DOCUMENTS Ci7"Y PR07ECT ND, 103D6U Revised March 9, 202D F',1PRfl.EECCS603181067-tl IL9 D�SIGiAl9-0 PROlECT INANLIAL_SAEC�ICAI'fONSII Op%1�N 061W 73 00 SUPPI.ETv�,N7"AAY C4NIaITfONS.OQC 00 73 DO SUPPLEMENTAltY CONDTl"ID1V8 Pege 4 of 6 You can access the �le by following the directory path: 02-Construction Documents/SpeeificationslDiv40 — General Conditions SG6.09., "�ermits and Utilities" SGG.09A., "Contractor obtained permits and Iicenses" The fojlowing are known permits andlor licenses required 6y khe Contract to be acquired hy the Cnntractar: None SG6.09B. "City obtained permits and licenses" The following are known getmits and/or licenses required by H�e Contract to be acquired by tlfe City: 'TRWD crossing and Iand use permit. (Raference Appendix GC-6.09) SC-6.Q9C. "Outstanding perruits and licanses" The following is a list of lcnawn outstan.ding permits and/or licenses ta be acquired, if any as af Outstanding Permits andlor Licenses to Be Acquired OWNER PE.RMIT OR LiCENSE AND LOCATIC)N TARGET DATE �F P�SSESSZON 1) Tree Trirnming Permit. 2) Traffic Control Permit. 3) City of Fort Worth Parks Dapartment Land Use permit SC-7.02., "Coo�•dinaiion" The individuals or entities listed bejow ha�e contracts with the City for the performance oi other work at the Site: Norre � Vendor Scope of Work Coordination Autho��ity � � Narte Norre None I 1 SC-8.O1, "Communicatiflns to Contractor" None SC-9A1„ i`City's Project Manager" The City's Projeet Manager far this Contract is Fred Eh[er, �'.�., ar his/her successor pursuarjt ta �vritten notification from the Director of Transportatian & Public Warks. SG13.03C., "Tests and Inspections" 1) CCTV of existing 5anitary sewer pipelines at Krauss Baker Channel SC-16.O1C.1, "Methods and Procednres" None CITY OF FORT �IORTH W�STCREEK CHANNL'1. MAIiVTHNANCE STANDARD CClNSTCtUCTION SPECIFICATION DbCUMEN'I'S CITY PROlECT NO. 103060 Revised March 9, 202q F:1PROlEGTS1031850fi7-0119 DESIGNt9-4 PAO]ECT MANCIAL SPLCIF3CAT[6NSV 100%hDIV a0140 73 6U SllPPLEMEI�TARY CONDCI'IONS.DOC OD 73 00 5CfPPLEM&NTARY CO�fDITIONS Page 5 oP 6 END OF SECTTON Revision Log DATE IVAME SIJMMARY OF CHANG� 1l2212016 F. Griffin �G9.01., "City's Qroject Representative" worc4ing changed to City's Project Manager, 319I2620 �.V. Magaria 5G6,07, Updated the link such that files can be accessed via the City's website. CiTY qF FOR�' WORTH �ESTCREEK CfIANNEL MAIN'i'ENAIVCE STANDARD CpNSTRUCTION SPECIFICATION DOCUMENTS CTTY PROIEET NO. 103d60 Re�ised Ivlarch 9, �620 F:IFROJECTS1D3I81D67-91191]E5IGN19-4 PROIECT iv3ANUAL SPECI�TCA370NS1100%WN Ob1pQ 79 00 SUPPLPME.NTARY WiVU17TO1VS.DdC ao �3 oa SUPPLEIvIE1VTARY CQNDiTIONS Pagc 6 af 6 PAGE 1S LEFT SLANK INTENTIONALLY CPTY OF I'OILT WORTH WESTCKEEK CHANNEL MAINT6NANGE STANDARD C�1�I5TRiJC1'ION SPECIFTCATION DOCUMENTS C7TY PRO.I�CT NO. 103D60 Revised March 9, 2d20 P:IPROJECT5403[81067-0159 DESfGF+@9-0 PROIECT MA1Vl7AL SPECIPICATIONSlk00%IUIV Op100 79 00 Slll'FL8ME14TARY WNDITIQI\5.dOC D11100-1 ST.IMMARY QF WORK Page 1 of 3 SECTYON O1 11 Ofl Si.JMMARY OF WORK PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Wark to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sectians inclucie, but are not necessarily limited to: 1. Division 0� Bidding Requirements, Contract Forms, and Conditions of the Contraci 2. Diviszon 1- Generai Requirements 1.2 PRICE AND PAYMENT PROCEDU�ES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to t�e various items bid. No separate payment will be allowed far this Item. 1.3 REFERENCES [NOT USED� 1.4 ADMlNISTRATIVE REQU]REMENTS A. Work Covered by Contract Docuxrients 1. Wark is ta include furnishing aIl ]abor, materials, a�d equipaner�t, and performing all Wark necessary for this construction project as detailed in the Drawings and 5pecifications. B. Subsidiaz'y Work 1. Any and all Work speciiically go�erned by docurneniary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has heen pro�ided for in the Proposal and the item is not a typical unit bid itezza inaluded on the stazxdard bid item 1ist, then the item shaIl be considered as a subsidiary item of Work, the cost af which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of px'emises under direction of the City. 2, Assume full responsibility for protectio:n and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only partions ofthe public streets and all�ys, or other public places or oth�r rights-of-way as provided for in the ordinances of the City, as shawn in the Contract Documents, or as may be specifically authoriz�d in writing by ihe City. a. A reasonable arr�ount of tools, materials, and equipmen# for construction purposes may be stored in such space, but no more than is necessary to auoid delay in tlie canstruction operations. C1TY OF FORT WbRTH WESTCREEK CI�ANNET. MAINTENANCE 5TANDARD CQNSTRUC`I'fON SPECIFICATIQN DOCiIMEN'C5 C1TX PR07ECT NO. 10306D Revised Oecember 20, 2Q12 DI lIOU-2 SU3vIMARY OF WORK Page 2 of3 b. Excavated and waste rnaterials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free anci unobstructed and so as not to inconvanience accupants of adjacent property. c. If the street is accupied By railroad tracks, the Work shali be carried on in such manner as nat io inter�ere with the operation af the railroad. 1) AII Work shal] be in accordance with raslroad requirements set forth in Division D as well as the railroad permit. D. Work within Easemen#s 1. Da not enter upon private property for any purpose without having previously obiained petmission from the owner of such praperty. 2. Da not store equipment or mat�rial an private property unless and until the specified appz'aval of the praperty owner has been secured in writing by ihe Contractor and a copy furnished to the Czty. 3. Unless specifically provided otI�erwise, cIear aIl rights-of way ar easements of obstructzans which must �6e removed ta make possible proper prosecuiion ofthe Wo.rk as a part of the project construction operatiotas. 4. �reserve and use every precautian to prevent datnage to, ali trees, shrubbery, plants, lawns, fences, culv�rts, curbing, and a!1 otYzer types of structures or iznprovements, to all water, sewer, and g�s lines, to a!1 conduits, overhead pole lines, or appurtenances thereof, including the construction ofternporary fences and to all other pubiic or private property adjacent to the Work. 5. Notify the proper representati�es o�the awners or occupaz�ts of the public or pri�ate lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least �8 hours in advance of the beginning of the Warl�. b. Notices shall be applicable to both public and private utility companies anci any corporation, eompany, individual, or otlter, either as owners or occupants, whose land or interest in land might be affeefed by the Work. c. Se responsible for �11 damage or injury to pr�perty of any chazacter resulting from any act, omission, neglect, or misconduct in the manner or method or executian ofthe Work, or at any time due to defective wqrk, material, or equipment. 6. Fence a. Restore all fenees encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in pIace ofthe fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/ar at all tirnes t4 provide site security. c. The cost for all fence work vvithin easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid itern is sp�cifically provided in the proposal. CITY t}F FQRT WORTH WESTCI�EK CIIANNEL MAIN'TENANCE 5TAI�ARI7 CONSTRUC'FION SPECIF1CATTpN DOCUA�,'NTS CITYPROIECTNO. I0306d Revised december 20, 20 i2 Ol 1100-3 SUMMARY OP WORK Page 3 of3 1.5 SUBMITTALS �NOT US�D] l.b ACTIOlY SUBMITTALS/INTORMATZONAL SLFBMITTALS [NOT USED] l .7 CLOSEOUT SUBMITTALS [NOT IISEbI ]..8 MAINTEIYAP[CE MATERIAL 5IJ�3MZ'I'TALS [NOT USED] 1.9 QUALITY A.SSUI2ANCE [NOT USED] l,ip DELIVERY, STORAGE, AND HANDLING [NOT USED] � 11 FIELD LSIT�] C�1�DITIONS [NOT USED] 112 WARRANTi� [NOT iT�ED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION DA� I N.� Revision Log SZJMII�ARY OF CHANGE CITY (3F FORT WORTH WBSTCREEK CHANNEL 11�tAINT'ENAI�CE 3TA%II?ARD CON51'RUCTI�N SPEC�'TCATION DOCUMENTS CITY PitOJECT NQ. 10306D Kevised December 24, 2Q12 PAG� IS LEFT SLANK I1�TENTIDNALLY oaznaa-1 PR10E AND PAYME�tT AR4CEDUR�S Page 7 of �8 SECTION Ol �0 00 PRICE AND PAYMENT PROCEDUR�S PART 1 - GENERAL 1.1 CASH ALLOWANCES A. Coordinate materials, equipment, and their installation to ensu re that each allowance item is completely integrated and interfaced with related construction activities. : C. Contingency Allowances (NOT USED) Testing and Inspec�ing Allowances: (REFERENCE OWN�R's STANDARD SPECIFICATION) 1. Geotechnical Allowance: a. Include an al�owance of $0.40 for a quality control testing services allowance to pro�ide quality cont�ol testing for soils, crushed rock, concrete and asphalt_ An indeper�dent testing Iabaratory will be selected by Owner and paid for by Contractor. b. Owner shall select a Quality Cvntrol Laboratory to he gaid for 6y Cantractor. Contractor to provide testing laboratory's invoices witla Contrac#or's Applications �or Payment. At Contract closeout, credit unused arriounts remaining in the quality controI testing services aljowance to the Owner by Change Order. c. Use the quality cantrol testing services allntrvance as directed by ihe Enginesr and Qwner to provide quality contral t�sfing for soils, crushed rock, concrete and asphalt. Costs for re-tesiing woz'k with failed test resu�ts shall b� paid for directly by the Contractor and are not tn he included in the allowance. d. Cantractar sha11 contact selected festing laboratory to request quality control testing services. D. Installation A1lowances: (REFERENCE OWNER'S CITY STANDARD Sl'ECIFICATION) 1. Include an ailowance of $0.00 for a public notlfication allowance £ar the Contractor to cotnplete public notiiication requirements. Contractor shall subrnit a draft notification letter to the OWNER for approval. Once the leiter is apprc�ved, Contractor is responsible for delivery of the letter to impacted residents befQre disturbance begins. E. Product Allowances: (NOT USED) F. Quality Ailowances: (RE�ERENCE 01'VNER' S STANDARD SPECIFICATIOlV� Include an allowar�ce of $0.00 for a sur�eying services atlowance to provide as�built survey. An independent surveyor wi11 be selected by ��uner and paid for by Contractor. 2_ Use the surveyi�g services alIowance as directed by the Engineer and Owner ta prQvide as-built survey. Costs for re-survey shall be paid fox directly by the Contractor and are not to be included in t�ae allowanee. 3_ For as-built survey, Owner shall select a Surveyor to be paid for by Contractor. 4. Contractor shall contact seiected suzveyor to request surveying serv�ces. G. Time Allowa�ces {NOT USED) CITY OF FOI�T WQRTH STANT7ARD COIVSTRUCTiON SPECIFICATIbN DOCUMENTS Revised December 20, 2012 WESTCAEL.IC. CHANNEL M1�INTENANCE CITY PROJECTNO. 1Q3060 F�FROJECl5�0318�667-01\9 �ESIGi�l�9-4 PROJEC'I' MAiJUAL SPECIFSCAilONS\100%��IV Ol��l 20 W pRICE ANU PAYMENTPRUCEpl1RE5.QOCX os xo 00 - z PRICE ANC? PRYMENT PROCEDl1R�S Page 2 of 1S 1.2 LJNIT PRIC�S: A. Below is the list of items that are not 4WNER's standard it�ms. B. All the items shail be: 1. In accordance with the plans and specifications. 2. Completa and in pIace unless otherwise noted. 3, Independent of depth unless atherwise noted. 4. Furnished and installed unless otherwise notad. 5. Include materials and labor unless othervrise nated. ITEM NO. I-lb -`I'OE MODiFTCATION {>2-FOOT TO 4-FOOT DEFTH) C. M�asurament a. Measurement for this item shall be per linear foot of all materials, excavation, cancrete, reinforcing sieel, saw cutting of existing slope pavirz�, replacement of �xisting slape pavjng, doweling, cannections, backfill with concrete f�lj, labor, equipmant, and incidentals necessary to complete the work. b. The maxTmum dimensian for the toe is p�anned far 18-inches, any additional width of trench wili be at the Contractar's expense. : Payment a. Th.e 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 "Toe Modificatlon (>2-foot depth to 4-f� deep)". C. The Price bid shall include: a. Creek fiow contz'ol b. Saw cutting c. Rock trenching. d. Remo�al and installation of rrzaterials e. Reinforcing steel f. Concrete g. Cleanup IT�M NO. I-17 - TO� MODIFICATION (>4-FOOT TO 6-F'OOT DEPTI� A. M�asurernent a. Measurement for this item shall 6e per linear foot of ali materiajs, excavation, concreia, reinforcing steel, saw cutt�ng of e�isting slape pauing, xeplacement of existing slope paving, doweling, cannections, bacicfil3 with concrete fili, labor, equipment, and incidentals necessary to complete the work. B. Paytxaent a. The woric perfor�ned and matez'ials furnished in accordance with this itenn and rneasi.tred as prnvided under "Measuremant" will be paid for at the unit price bid per linear foot of "Toe Madificatian (�4-foot to 6-foot depth)". C1TY OF FORT WQRT�I STATIDARD CONSTRTICTION SPECIF[CATION DOCUMENTS Aevised Decernber 20, 2012 WESTC�EK CHANNEL Iv1AINTENANCE CITY PR07ECT NO. 50306D F.�PR01ECT5\0318\067-01�9�ES�GN�4�PN6JECTMA�IVAL SpEClFICATION5�166%�DWa1�t112000PRICEANDPAYMENTPROCE�l1RES.nOCX 01�000-3 PRICEAND PAYMENT PROCEflURES Page 3 of 18 b. The maximum dimension for the toe is planned for 18-inches, any additional width of trench will be at the Contractor's axpense. C. The 1'rice bid shall incIude: a. Cree�C flow control b. Saw cutting c. Rock trenching. d. Retnoval and installation of materials e. Reinforcing steel f. Concrete g. Cleanup ITEM NO. I-1$ - TOE MODIFICATIUN (>6-FOOT D�PTI� A. Measure�nent a. Measurement for this item shall be per linear foot of all materials, excavation, cQncrete, reinforcing steel, saw cutting of[ eacisting slope paving, raplacement of existing slope paving, doweling, contzections, backfill with concrete �ill, labor, equipment, and incidentals necessary to cortxplete the wark. S. Payment a. The work pe�onned and maierials fumished in accardance wifih this item a�d rneasured as provided under "Measuremer�t" will be paid for at the unit price bid per linear foot of "Toe Madificatian {>6-foot dep�h)". b. The maximum dimension for the tae is planned for I 8-inches, any additianal width of trench will be at the Contractox''s expense. C. The Price bid shail include: a. Creek flow control. b. 5aw cutting. c_ Rock trenching. d. Saw cutting. e. Installation anri removal of materials. f. Rebars. g. Cancrete and reinforcing steel. h. Cleanup. 3TEM NO. T-19 - CONC. SL��'E PAVING JO1NT REPAIR A. Measurement a. 7'he measurement far this itenn shall be by linear foot of conc. Siope paving joint repair. B. Payment a. The work perforrt�ed and materiais furrtished ir� accordance with this item and measured as gravided under "Measurement" will be paid for at the unii price bid per linear foot of canc. slape paving joint repair. C. Tl�e Frice bid shall include: a. Removal of Vegetation, silt, sand and other material in the joints. CTT'Y QF FORT WORTH WESTCREEK CFTANNEL Iv[AINTENANC� STANDA1217 CONSTRUCTION SP�CIFICATION DOCUMENT3 CITY PROdECT NO. 103060 Ae�isad December 2Q, 2012 F:�PROJECT5�0318\067-61�9 DE31GN�9-4 PROlECI' MANIIAL_SPECIFICAT70h}5�1a696\pIV Ol\0120 00 PRICE AND PAYMEi�TPROCE�UR&S.�DCX olzoao-a PRICE AND pAYMENT PR�CEDU RES Page 4 of 1S b. Furnishing, loading, storing, hauling and har�dling all materaais. c. Cleaning of joint. d. Provide and apply 2-camponent poly�rethane joint s�aiant. e. Mi�ing, placing, finishing, and curing all materiai. £ Disposal of excess materials �TEM NOS. I-20, II-25 - 3000 PSI CONC. AT S'I'ORMWATER OUTFALLS (10' X 10'} A. Measur�ment a. Measurement for ths"s item shall be per each. B. Payment a. The tvork perfarmed and materials furnished ir► accordance tvith the Item and measured as provided under "1Vfeasurement" sha�l be paid for at the unit priee bid per eacla "300d FSI Conc. At Stormwater Outfalls". C. The Price bid shall include: a. Installation of 3040 PSI reinforced concrete slab az'ound stormwater outfails. b. Pipe opening protective m.easures. c. Purnishing, placement, and campaction of hack�ll far foundation. d, Reinforcing rebar. e. Connections and doweling rebar. f. Cancrete blocking. g. Cleanup ITEM NO. I-2i - FLDWABLE FILL VOIDS UNDER SLOPE PAVTNG A. Measurement: a. Measurernent for this item� shall be per cubic yard. B. Fayment: a. The work performed and materials furnished in accordance with ti�e Item and rr�easured as provided under "Measurement" shall he paid for at the unit price bid per cubie yard of flowable fill voids under slope paving. C. The Price bid shall include: a. Preparation and correctio of subgrada. b. Injection holes. c. Furnishing of materials. d. Monitoring of in�ection. e. Placement of flowable fill. f. Hauling. g. Removal of excess materials. ITEM NO. I-22 -'I'EMPORARY CREEK AND TRWD PIPELINE CR05S1NGS A. Measurement: a. Measurement oithis item sha11 be per each. B. Payment: CITY OF F�RT WbATH WESTCREEK CHANNEL MAINTENANCE STANDARD CONSTRUCTiON SPECIFICATIOTi DOCUMENTS CTTY PROdECTNO. 103Qb0 Revisec! Decem6ar 24, 2012 F:\RROlECTS\6318�067-01\9 �ESIGNG9-q pROIECF MANUAL SPECIFlCA710NS�1Od46\�IV 61�012000 pftlCf ANP PAYMENT PkOCEOIJRES.daC1f ai zo ao - s PRICE AN� PAYMENT PROCE�URES Page 5 nf 18 a. The wark performed and maiarials furnished in ac�ordance rvith the Item and measured as provided under "Measurement" shail be paid for at the unit price bid per each "Temporary Creek and TRWD Pipeline CrosSings." C. The Price bid shall include: a. Crushed stane or earthen fill. b. Log span or railroad ties. c. Timber mats, d. Crushed rock. e. Ties, straps, and connections. f. R�mave the materials. ITEM NO. I-23 - TREE PROTECTION & TREE PRUNING �.. Measurement: a, Measurement for this item s�►all be per lump sum of protecting trae and pruning them if required and disposal af tree protection fencing upon eornpletion, compl�te in place. B. Payment: a. The work performed and materials fiunish�d in accordance with the Ztern and rneasured as provided under "iWleasurement's shall be paid for at the unit price bid per lumg sum of "Tree Protection & Tree Pruning". C. The Przce bid sha11 include: a. Ins#allation of Frotective f�n.ce, Steel T-posts. b. Installation of protectiva pianks and straps. c. Branch Trimming. d. Debris remavaj from trimming and disgosal. e. Removal of tree protection fencing upon completion. f. Removal ai underbrush for the installation. of the temporary fence. ITEM NO. I-24 - SITE R�STORATION OF STAGTNG AREA 1NCLUDING IRRIGATION PIFING A. Measureznent a. Measurerrient for this iiem shall be per lump sum of all materials, labor, equipment, a�d incidenta�s necessary to complete the work. B. Faym�nt a. The work performed and tr�aterials furnished in aecordance with the 7tem and measured as provided under "Measurement" shail be paid for at the unit price bid pez' lump sum of"Site Resiaratian af Staging Area Including Xz`rigation Piping". C. `I'he Price bid shall include: a, Staging area aeriatzon prior to seed placement. b. Furnishing and placing all the seeds. c. Furnishing, ma.intaining temporary abave ground irrigation on City af �'art Worth Park Property. d. Rolling and Tamping. e. Watez'ing and mowing. f. Dispasal of surplus materials. C1TY OF FORT WOFtTH WESTCREEIC CHANNEL I5tfA1NTE1+iANCE STANDAILD CONSTRUCTION SPECIFTCATI�N DOCUMENTS CITY Pi20JECT NO. ] 03060 Revised December 20, 2012 F:\PROlECTS\0338�067-01\4 �E53GNG9-0 PR�I @CT MANLIAL_SpECIFILATIO�S5�106MjoIV tll\61 2Q 00 PRICE pNo PAYM ENT PROCE�URES.OtlC3( a�zaoo-6 PRlCE AND PAYMENT PR�CE�URES Page 6 of 18 ITEM NO. I-25 - REMOVAL OF TYPE iI BARRICADE (MULTIPLE LOCATIONS) A. Measurement a. Measurement for this item shall be per lump sum of all materia�s, Iabor, equipmeat and incidentals necessary to complete the work. $. Payment a. The work performed and materials furnished in accordance with the Ttem and measured as provided under "Measurement" sha11 be paid it�r at the unit price bid per lump sum of "Removal of Typ� II Barricade (MuItiple Locations)". C. The Price bid shall include: a. Removal af type II barricade. b. Disposal of barricade and any excess materials. ITEM NO. I-26 - RESTORATION OF TYPE II B�IRRICADE {M�(JI.TIPLE LOCATION5) A. Measurernent a. Measurement for this item shalI be per lump sum of all materials, labor, equipment and incidentals n�cessary to complete the work. B, Payment a. The �ork perfoz'med and tnaterials furnished in accordance with the Item and measured as provided under "Measurement" shall be paid fox at the unit price bid per lump sum af "Rest�ration of Type II Barricade {Multiple Location)". C. The Price bid shail include a. Furnishing and installing type II bazxicade, in the same locations to match �ocatian� prior to canstruction. ITEM NO. I-27 - REMUVAL OF TRA,FFIC BARRICADE AT JENNIE DRIVE A. Measurement a. Measurement for this item shaII be per Iump su�n of all r�taterials, labor, equipment and incidenials necessary to cornplete the work. B. Payment a. The work performed and materials furnished in accaz'dance with the Item and measureci as pz'ovided under "Measurement" shall be paid for at the unit price bid per lump sum of "Remaval af Traffic Barricade at 7ennie Drive". C. The Price bid shall inciude a. Removal of barricade. b. Storage af barricade. c. RemQval of any excess materials. ITEM NO. I-28 - REINSTA�LATION OF TRAFFIC BARRICADE AT 3ENNIE DRIV�, A. Measurement Cl'T'Y OF FORT WORTH WESTCREEK CFTANNEL MAINTENANCE 5TANDARD CONSTRUCTION SPECIFICAl'IOH DOCUMCNTS CITY PROJBCT NO. 10306D Revised l7ecember 2Q, 2012 k�PR�IECTS�63E8\067-01�9 �ESlGN�9-4 PROfECT MhNUAL_5PEC3LiCATI0N5�1D6%�OIV 01�01 Z� 00 PR10E AN� PAYMENF PROCE�l1RE5.dOCR o�zono-� PRICE AN� AAYMENT PROCEDURES Page 7 of 18 a. Measurement far this item shall be per lump sum of all materials, labor, equipment and incicientals necassary to camplete tha wark. B. Payment a. The work performed and materials furnished in accordance with the Item and measuz'ed as provided under "MeasurernenY' shall be paid for at the Lxnit price bid per lump sum of "Reinstallation of Traffic Barricade at Jennie Drive)". C. The Price bid shall include a. Reinstallation of bat:ricade. b. Disposal of excess materiajs. ITEM NO. I-29 - UTILITY EXCAVATIONS & LOCATIONS A. Measurement a. Measurement far the utility's location, utilities protection. be measured and paid per lurnp sum. B. Payment a. The work performed and matexials furnished in accordance with the Item and measured as provided under "Measurement" shall be paid for at the unit price bid per lunnp sum of "Utility Excavatian & Locations". C. The Price bid shall include a. Coordinatinn with utility owner for utiliYy excavation b. Perform level A{As defined by American Society of Ci�il Engineers) Sub-face utility excavation fo confirm depth of existing utilities. c. Excavafion and pro�ection of ut�lity. d. Docutnent utility depths on redlines, e. Confirm no canflict between proposed activities and existing utilities. ITEM NO. I-30 - 3,OOD-P5I CONCRE'I'�, AS DIRECTED BY OWNER A. Measurement a. Measurement for this item will be per cubic yard complete in place. The locations depend on field conditions and the use of this item is as directed by awner on mt�ltiple Iocations and multiple times. B, Payment a. The work performed and mat�rials furnished in accordance with the Item and measured as pxovided under "Measurert�ent" shall be paid for at the unit price bid per cubic yard of "3,000-1'SI Concrete, As Directed by Owner". C. The Price bid slaall include a. Installation of 3,000 psi conerete, concrete cradles, conerete blocking, pige prntectian, pipe floatation preventative measures as directed by the OWNER's represe�atative. CITY OF FORT WOR'I'H WE5'I'CREEK CHANNEI.IVIAINTENANCE STAN�ARD CpNS'IRUC'f'IQN SPECIFICATION DOCUIl�iENTS CITY PRO]ECT NO. ID3060 Revised December 2D, 20 f2 F:�PRO]ECT5�o318��67-01�9�FSIGM9-0PROJECTMI4NUAL SPfCIFlCA71�N5�1�o��E}IV01�012aQ�ANIC€ANDPAYMfNTPR�CEDURE5.�00: U12060-8 PRIC@ AN� PAYMENT PROCE�URES Page 8 of 18 ITEM NO. I-31 - iViISCELLANEOUS CONC. SLOPE PAVING REPATRS AS DIRECTED BY OWNER A. Measurernent b. h�Ieasurement for this item shall be per square yard of all materials, la'6or, equipfnent and incidentals to complete t�e wark B. Payment a. The work perfaz'med and materials furnished in accordance with khe item and measured as provided under "Measurement" sha11 be paid for at the unit price bid per square yard of "Miscelianeous cone, slope paving repairs as directed by owner". The Iocations depend an �eld conditions and the t►se of this it�m is as directed by owner on multiple locations and multiple items. C. `I'he �'xice bid shall znclude a. Shaping and fine grading the placernent area. b. Filling voids with concre�e as needed. c. Furnishing and applying all watez' required. d. Furnishing, loading, and unloading, storing, hauling and handling all concrete and basa mater�als. e. Reinforcing sieel. f. Prepaxing, cleaning, saw cufting existing concrete. g. Joint material. h. DaweIing and connection to existing concrete as necessary. i. Mixing, placing, finishing and curing all concrete. j. Cleanup. ITEM NO. I-32 - REMOVE AND REPLACE �X. CONC. STDRM OUT�'ALL A. Measurement a. Measurement for this item sha11 be per lump sum of all materials, labor, equipment and incidentals necessary to camplete the work. B, Fayment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" shaIl be paid for at the unit price bid per lump su�n o� rerno�al and replacement of conc. storm aut�all. G. The Price bid shaIl inc�ude �. Saw cutting existing cancrete. b. Removal of existing concrete. c. Excavation d. Hauling e. Install r�ew concrete outiall. f. Furnishing, placement, and coznpaction of backfill g. Dowling, connections, and conerete placernent h. Cl�anup CITY OF FpRT SWORTH W�S'1'CT2EEK CIiANNEL MAINT�NANC6 5TAIVDARD CONSTRUCTION SPECIFICATION T70CUMENTS CTTY I'R07ECTN0. 1Q306Q Aevised December 20, 2012 F:1PRalECfs\o31s�Os7-oi�9 oESIGMg�4 pRalECT MANUAL spECIFlCATroN5�4o6%�olv oi�of Zo 06 pRiCE ANo pAYMEN7pROCE�URES.�Oq( D12000-9 PRICE APfQ PAYMENT PROCE�URES Page 9 of 18 ITEM NOS. I-33, TI-24 - REMOVAL D� TRASH AND NO-NATIVE DEBRIS A. Measurement a. Measurement %r this i�e�n sha�l be per lump su�rzz of al� rriaterials, labor, equipment and incidentals necessary to cot�plete #he work. B. �'ayment a. The wor�C performed and materials furnished in accardance wifih the Itexm and measured as provided under "Measurement" shall be paid for at the unit price bid per iump sum of "Remaval oiTrash and Non-Native Debris, C. The Price bid shail include a. Removing and disposing ofirash and debris. b. Excavating and disposing offsite legally at upland location oz' landfijj. c. Perm.it�ing, hauling, landiill fees, dues and other miscallaneous cost for disposal af naaterial. ITEM N�. II�17 - 18-INCH DIAME`I'ER REINFORCED CONCRETE PIERS A. Measurement a. Measurement of this item will be Vertical Lznear Feet. This per vertica! linear foot bid item is for 1 S-inch diameter relnforced pier instajlation for the wall supports at all depihs caseci ox non-cased drilled shafts (or both) for drilling tl�e pier, rebar, concrete {high strength early cure}, pler casing pipe and aIl rniscellaneaus items necessary for the driljing and eonstruction of the �iez's, ineluding ground wa#er controi, creek �vater contrd, and for clean-up and any othez' wark necessary for acceptable installation compl�te in place. : Payment The work perform�d and tn�aterials furnished in accordance with the item and raeasured as provided under "Measurement" shalI be paid for at the unit price bid per V�.�' af "PIERS". a. C. The Price bid shall include a. Design of Pier by a�'rofessional Engineer in the State of Texas. b. Creek flov�+ control. c. Prefabricated or east in place piers. d. Excavaiion and disposal off site at an upland location. e. Ground water and surface water control. f. Drilling. g. Reinforced concrete placement. h. Curing of concrete. i. Connections to Columns far wall support. j. Cleanup. CITY OF NORT WORTH S'iA1VDARC] GONSTRUCTIaN SPECiFICAT[ON DOCiIMENTS Revised Decemher 2Q, 2Q [2 WESTCREET{ CHANNEL MAINTENANCE CITY PROJECT NO. 1Q3060 F:�pROIECTS�0318\067-01\9 �ESIGN�B-4 PROI ECT MANUAR SPEGIFlCATIONS\3009G�171V G1\0120 00 PRICE ANO pAYMENT PROCE�lfftE5.DL7CX ozzQao-ia PR10E AN� PAYMEN7 PftOCEDURES Page 10 of 18 ITEM NO. II-18 — RETNF'ORECED CONCE�RTER COLi3NIN A. Measurement a. Measurement of this item wiIj be Vertical Linear Foot. B. Payment a. The work performed and materia[s furt�ished in accordance with the iterr� and measured as provided under "Measurement" shall he paid for at the unit price bid per VLF of reinforced concrete column. C. The Price bid shal� includa a. Design of Column by a Professional Enginesr in the State af Texas. l�. Excavation and disposal off site at an upland location. c. Creek flow control. d. Ground water and surface water control. �. Prefabricated concrete calumns. e. Connections to concrete pier for wa11 support and connection to wall panels. f. Gleanup. ITEM N�S. II-19, II-20 - R�INFORECED C�NCRETE PANELS B�TWEEN COLUMN (1-3 FT ,3- b-FT HEIGHT) A. Measurement a. Measurement far this iteua shall be per linear �aot of aIl materials, labor, equipment, and incidentals necessary to camp�ete ihe work. B. Payment a. The worl� perfarmed and rnaterials furnished in aecordance witl� this item and measured as pravided under "Measurement" will be paid for ai tlae unit price bid per linear foot of "Canc. Panels Between Column (6-ft)". C. The Price bid sha11 include a, Design of Column by a Professional Engineer in the State of Texas. b. Prefabricated concrete panels. c. Rock Excavation and tt�nching d. Grout for t�'ench bottom leveling. e. Backfill material behind wall. f. Ground water drain syst�m, if necessary, based on the Panel Wall Sysiem Design Prnfessional Engineer. g. Connectifln between top af the colu�n and the wall panel. h. Structural grout. i. `I'he segmental stacked panels are set between the posts. j. Geotextile Fabric behind columns for soii retention. ITEM NO. II-23 - CONCRET� TOPPING OF EX. GABIONS (NOT SHOWN ON T`HE �LANS) A. Measurement a. Measurement for this item shall be per lump sum of alj materials, labor, equipment and incid�ntals necessary to complete the work. CITY OF FdRT WORTE3 WESTCREEK CF3ANi�SEL MAIN�'ENANCE STANDARD CONS'�RUCTION SPECiFICATTON DOCIJMENTS C1TX PROd�CT NO. 103060 Revised Deaem6er 20, 2012 F:`PROJELT5�0318�057-01.�9qESIGN�9-4PRalECTMAN4Al SpECIFICATIONS\100%�ti1V01�012000pRICEAN�PAYMEN7PftOLE�LRE5.00C7( QI20D0-il PRICE AND PAYM£NT PRQCEaURES pdge 11 oE 18 b. The locations depend on fi�id conditions and the use of this iterz� is as directed by owner on rnultipla locations. B. Paytnent a. The work performed and materials furnished in accorc3ance with the Item and measuz'ed as provided undar "Measurement" shall be paid far at the unit price per 3ump sum of "Concrete Tapping of Ex. Gabions". C. The Price bid shall include a. Concrete fortns. b. Placement of Concrete a Cure af concrete ITEM NO. II-26 - REMOVE �XI�TING CONCRETE WALL AT ACCESS RAMP (NOT SHOWN ON THE PLANS) A. Measurement a. Measitrament for this item shall i�e par lump sum of all materials, labor, equiptnent and incidentals necessary to complete the work. B. Payment a. The v�ark performed a�d materials furnished in accordance with tlae Item and measured as provided under "Measurement" shaIl be paid for at the unit price per lump sum of "Reinove e�sting concrete wall at access ramp" C. The Price bid shall incIude a. Removing of soil or rock as needed b. Remave concrete wa11. c. Dispose of debris ofFsite, in a� upland location or land fill. d. Permitting, hauling and disposal fees. e. Site cleanup. ITEM NO. II-27 RECONSTRUCT C�NCRETE WALL AT ACCESS RAM� (NOT SHOWN ON THE PLANS} A. Measurement a. Measurement for this item shalI be per lump sum of all materials, labor, equipment and incidentals necessary to complete the work. B. Payment a. The work perfprmed and materials furnished in accordance with the Iiem and rr�easuz'ed as provided under "Measurement" shall be paid for at the unit price per iump sum of "Recanstruct Concrete Wali at Access Ramp". C. The Price bid sk�all include a. Reconstruct Concrete wall to pre-construction grades, including steel z'einforcement, connection to existing concrete, cancrete placement, curing. b. Site Cleanup. CITX QF EpRT WOR'1'H WE3TGREEK CHANNEL MAINTENANCE STANIIARD CQNSTRUCTIOt�f 3PECI�'ICATIaN AOCi]MENTS CITY PROJECT NO. 103060 Revised December 20, 2012 F.�PROlECTS\0318�987-01�4 PESIGh'49-0 PROIECf MP.PAIAL_SPEC[FICA710iJ5�106%��IV D1�0120 60 PR1GE AN5 PAYMENTPROfEOURE5.00C7C ai zo oa - iz PRICE AND PAYM�NT PROCE�liRES Page 12 af 18 ITEM NO. II-28 NEW GUARD RAIL. A. Measurernent a. Measurement for this item s�a11 be per lump sum of a11 mater[ais, labor, equiprtaent and incidentals necessary ta complete the work. B. Payment a. The work perfnrrr�ed and materials furnished in accordance with the Item and measured as provided under "Measurement" shall be paid for at t1�e unit price per lump sum of "New Guard �ai1", C. The Price bid shali inciude a. Removing af soi� or rock as needed. b, Furnish and install new gu&rd rail. Traffic barricade (waod post TL-3) Mash complaint Raii-ADJ B-19) c. Site Cleanup. � 3 ALTERNATES (NC�T USED} 1.4 VALiJ� ANALYSIS {NOT USED} 1.S SLTBSTITUTION �'ROCEDURES A. Product Substitution Procedures: 1. Refer to (}Q 72 00 —�tandard Gener�] Conditions of the Construction Cox�tract. 2_ Suhstittitions will not be considered when they are jnd'lcated ar implied an shap Drawing or product data submissions, without separate written request. 3. Substitutions may be considered �vhen a Product becomes unavailable through no fault of Contxactor. a. Should the Contraetor demonstrate ta satisfaction of Engineer that specified material or product was oXdered in a tim�ly manner ar�d will nat be availa6le itt time for incorporation into this Work, Contractor sha11 submit to Engineer such data on proposed substitute materials and/or product as are naeded io help Engineer determira� suitabiIity of praposed Substitution. 4. Doeument eaeh request with camplete data s�bstantiating comp�iance af praposed Substitution with Contract Documents. A r�quest constitutes a representation that Contractor: a. Investigated praposed product and determined that it meets or exceeds quality level of sp�cified product and that it will perform functian for which it is intended. b. Wili pravide same warranty for Substitution as far specified Product. c. Will caordinate installation and rnake changes to other Work which znay be requixed for Work to be complete with no additional cast to Own.er. d. Will provide a complete operating installation including any and all cilanges and additions in structure, piping, building, mechanical and electrical work, controls and accessories necessary to accommodate propased Substittrtian. e. Waives cIaims for additional costs ar tima extension which may subsequently become apparent. CITY OF FORT WORTii WESTCREE[C CHANTiET,1VjA3IVTE�lA1VC$ STANDARD CONSTRUCTIOIV 3P&CIFICATION DOCUMENTS CITY PRO.IECT I+TQ. 103060 Revised Dece�nber 2p, 2012 F:1Pft�lECT5��318�057-01.�4 OESIGN�9-4 PRflI ECT ivIANUAI._SPEQ FIfA71ON5\199%\df V p1�41 Za DO PRICE ANa PRYMfNi PROiEpl1RE5.�OC7( 012�00-13 PRICE AND PAYMENT PROCEDURES Page 13 of 1$ f. Wijl reimburse Owner for review or redesign services associated with review by Engineer and re-approval by autYaariYies. B. Frocedure �or Requesting Substitutions: 1. Subrt�it tY�ree copies of request far substitutian for consideration in a tnanner similar to provisions for submission require�nents under Section O1 33 00 - Submittal Procedures. a. Substitutions will ba cansidered as "deviations" to the Cantract Documents. h. Submit with transmittal letter describing the deviation and justifications for accepting SL�bstitution. c. 5ubmit shop drawings, product data, and certified test results attes#ing to proposed substitution equivalence. d. Burden a�proaf is on the Contractor. 2. Limit each request to one proposed Substitution. 3. Transmittal Contents: a. Identi�ca�ion pf proposed Subsiitution: 1) Manufacturer's name. Z} Telephone number and representati�ve contact name. 3} Speeifica�ion section ar drawing reference of originally spec�ed product including discrete name or tag number. b. Manufacturer's literatuz'e clearly marked to show compXiance of proposed Substitution with Cantract Documents. c. Iiemized comparisnn of original product and proposed Substitution addressing characteristics including but not necessaxily Iimited to: 1) Size. 2) Compasition. 3) Weight. 4) Electrical ar mechanical requirements. 5) Installation and maintenance requirements. d. Pzaduct experience: 1} Location of previous projects utilizing product in similar situation per Contract Doct�ments. 2) Name and telephone numbar of persons knowledgeable of proposed pro�iuct associated with re%renced projects. 3) Available iield data and test �eports associated with proposed praduct. e. Identify any changes to construction schedule or cost required to implement proposed substitution. f. Samples: I) Provide in sinr�ilar manner under provisions of Section 01 33 00 as requ�sted by Engineer. 2) Provid� full size sample if requested by Engineer. 3) Santples will be retained by Engineer until substantial completion. 4) Engineer is not responsible for loss or damage ta samptes. CITY OF FOR`I' WORTH WES'I'CREEK CIIANNEL MAINTENANCE STtLNDARD CbN5TT2UCTI0N SP�CIFiCRTION DOCUMEIVTS CITY FROJECT NO. 103060 Revissd December 2D, 2012 F:�p120!@GTS�0318�OG7-01�9 bE51GNt9-4 YROIECI' MANUAL SPECIFIC.4TI4N5�1U6%1�IV 01�01 2000 PRiCE ANd pAYMEN7 pR�CEpURES.RD(7f 012000-14 PRIGEANR PAYMENT PROCEDURES Page 14 of 18 C. Acceptance or Re�ection: ��ngineer will n�tify Contractor in writing of decision to accept or reject request fr�r Substitutian. a. Decision of Engineer is iinal. b. Engineer wi11 affix stamp and indicate acceptance of Substitution with the following statnp; ACGEPTED SUBSTITLJT[ON This reviewwas performed forgeneral conformance with the design epncept of the projeot and general compliance with the contr�act documen#s basad on infnrmation pravided by the confiractor. Accept�nce by engineer does not reliev� contractor fram responsibility far providing a eomplete operating insiaUafion including any and al! changes and additions necessary to accommodate tha substitutian. Contractor is responsible for: dimensions to be canfirrned and correlated at the jobsite; informafion that pertains solely #o tF�e fabricat9on processes or to the means, methods, techniques, sequences, and procedures of construcfion; coor,�ination of the work of all trades; and for pertorming al{ work in a safe and satisfactory manner. Date By 2. 3. 4. �ngineer reserves the right to require proposed Substitution ta comply with all aspects of specified product to secure design intent. If request for Subststution results in change of Contract Amottnt or Contract Time, adjustments will be applied under provisions in General Conditions. Substitutions will I�e rejected if: a. 5ubmission is nat through Contracfor with Contractor stamp af approvaI. b. Requests for Substitution are not made in accordance submissian procedures outlined herein. c. Ace�ptance wi�l require sub,stantial revislan of the original design as determined by Engineer. d. Substitution is not eclual to ariginal product sgec�fied or vwill nat adequately perform intended functian as dekermined by Engineer. I]. Delays: 1. Delays in construction arising by �irtue of the non-availability of a specified material andlor praduci will not be considered by the En�ineer as justifying an exiension af the agreed time of Substantial and/or Fina[ Compl�tian. 1.6 GONTRACT MODIFICA`I'ION PROCEDURES A. Requests for Interpretatian: � General: A document submitted by the Contractor r�questing clarification �f a portion of the Contract Documents, hereinafter referred to as a Request for Interpretation (R�'1}. Contractor's RFIs: Shouid Contractor be unabl� to deterrnine from the Coniract Documents the exact nnaterial, process, or system to be installed; or when �he e3ements of construction are r�quired to oceupy the same space (interference); or when an item of Work is descrrbed differentiy at mar� tihan one place in the Contract Doeuments; the Cantractor shall request that the Engineer make an interpretation of the CITY OF FDRT WORTH ST.°.�I�AR17 CONSTRUCTIQI�i SPECIFICATION DOCUMENTS Revised Aecember 20, 2012 WESTCREEK Cl-�ANNEL MA1NTBi�IANCE CITY PRQJECT NO. ] 03060 F:�PRPIECTS\0318\pfi7-OLL9 �ESIGN�9-4 pROfEGT MANl1A4 SPECIFI[A"f10N5�1�096�01V 01�01 2000 PRiCE ANo PqYMENT PROCE�URES.00C7f os zn aa - xs PRlCE AND PAYMENT PR4CEpUR�S Page 1.5 of 9$ requirements of the Contract Documents to resolve such matter. Contractpr shall comply with procedures speci%ed herein to make RFIs. 3. 5ubconttactor-Tnitiated and Supplier-Initiated RFIs: RFIs from subcontractors and material suppli�rs shall be submitted through, he re�ier�ved by and be attached to an RFI prepared, signed, and submitted by Contractor. R�Is submitted directly by subcontractors or material suppliers will be returned unanswered to the Contractor. a. Cantraetor shall rewiew all subcontractor and supplier initiated RFIs and take actians ta resalve issues of cbordination, saquencing and Iayout of ihe Work. b. R�'Is submitted to request clarification of issues related to means, methods, techniques and sequences of canstructian ar for estabiishing trade jurisdictions and scopes of subcantracts wiil be returr�ed withaut interpretation. Such issues are soie�y the Contractor's responsibilfty. c. Contractor shali be responsible %r delays resulting from the necessity to resubmit an RFI due to insufficient or ineorrect informatinn presented in the RF�. 4. Requested Information: Contractor shall carefully study th� Confract Doeuments to ensure that infom�atiar� sufficient for interpretation of requireznents of the Contract Documents is not included. RFIs that request interpretation of requirements clearly indicated in the Contract Documents will he returned without interpretation. a. In al� cases in which RFIs are issued to request clariiication of issttes related to means, methods, techniques, and sequenees of construction, for example, pipe and duct routing, clearances, speci�c locations of Wprk shown diagra.inmaticalIy, apparent int�rf'erences and similar items, the Contractor shall fiu-nish all information required for the Engineer to analyze andlor undarstand the circumstances causing tlae RFI and prepare a clariiication nz' direction as to haw the Contractar shall proceed. b. If information included with this type of RFI by the Contractoz' is insufficient, the RFI w�ll be return�ed. c. Organize RF'X considering scope and impact of R�'I subject matter on work to be completed by all trades. Requested information shall be limited to a specific work itezt� or area, treatment process or specif c equipment and critical related systems. RFIs addressing multiple unr�lated subjects will be returned withaut respanse with direction to resubmit RFTs conforming to the requirements of this Seckian. 5. Allotv a minimum of 14 calendar days for re�view of RFI by Engineer upon receipt of RFI at Engineer's office. RFIs r�ceived after 12:Q0 p.m. local time shall be considered received on the next regular working day for the purpose of establishing the start of the 1�4-day review period. a. Time required to maii subbn.issions or resubmissions is not considered part of re�iew period. �. Unacceptable LTses for RF'Is: RF'Is shall not be used for the foI1o�,+ing purposes: a. To request approval of subrnittals, use procedure speciiied in Section D1 33 DO Su6mitta3 Procedures. b. To request approval of substitutions, use procedure as speci�ec� in this Section. c. To request changes that only involve change in Contract Time and Contract 5um comply with provisions �f the Contract Genez'al Canditions, as discussed in cietai] during pre-constrvciion meatin�. CITY bF FORT WQRTH WE5'I'CItE$K CHANNEL MAii�ITENANCE STANDARD CONSTRUCTION SPEC[FICATI03�! ]�OCUMENTS C1TY P1ta7ECTiVq. ID3060 Itevised December 20, 2012 F:�PHOIECl5�tl318�057-01�9 fJE51Gi9�9-0 PRaJ ELT MANUAL SPEQFICATIONS`lOn%�bYV 03,01 20 P� PRiCE ANP PAYMENT PflOCE6lfRE5.�OCX os zoaa- �6 PRlCE AND PAYM�NT PHdCEDURES Page 16 of 1S d. To request different methods of perf�rming Work than those indicated in the Contract Drawings and Specifications (comply with pravisions ofthe Contract General Conditions). e. To requ�st information for several unreIated aspects of work. 7. In the event that the Contractar believes that a clari�cation by the �ngi�eer results in additional cost or time, Contractor shall not proceed with the Work indicated by the RF'I unti� authorized to proceed hy the Owner and Enginaer and claims, if any, are resolved in accordance with provisions in the General Conditians of the Contz'act. 8. Contractor sha11 prepare and maintain a log of RFIs, ar�d at any time requ�st�d by the Engineer, the Contractor shall furnish copies of the log showing all outstanding RFIs. 9. RFIs shaii be prepared using the form pravided in the Contract Docunaents. a. FQrms shall be completely f�lled in, and if prepared by hand, shall be fully legihle after copying. b. Each RF'I sha11 be given a discrete, consecutive numbez'. c. Each page of the RF'I and each attachment to the RFI shall bear the Project name, project numb�r, date, RFI number, and descriptive title. d. Contracior shall szgn al] RFIs attesting to good faith effort to determine from tite Contract Documents the information requested for interpretatian. Frivolous R�'Is shall be subject to reimbursemen.t from Contcactor to Owner for fees charged by Engineer, Engineer's consultants and other design professianals angaged by the Owner. 10. Engineez' wiil distribute copies of RFIs with responses to: a. One copy to Ow�er. b. One copy to Resident Project Represer�tative. c. One copy to be retained in Engineer's file. d. One copy to Contractar to be kept on file at job site. B. ClarificatiQn Notices: 1. C. Minor Changes in the Work: i., Refer to OD 72 00 — Statfdard General Conditians oithe Construction Contract. D. Supplementa! Instructions (NOT i1SED). E. Field Orders: 1, Refer to 00 72 (}0 — Standard General Conditions ofthe Construetion Contract. F. Work Change Directives: Refer to 00 72 00 — Standard General Condi�ions oithe Construction Contract. G_ Proposal Req�.tests: 1. Refer to 00 72 00 — Standard General Conditio�s af the Constructian Contract. H. Proposal VI1oz'ksheet 8ummaries: 1. Refer ta OQ 72 0� — Standard General ConditiQns of the Construction Contract. 1. Change Order Requests: Refer ko 00 72 00 — Standard Gen�rai Conditions of the Construction Contract. C1TY pF FQRT WORTH WESTCREEK CHANN�L MAINTENANCE STANDARD CONSTRUCTI07V SPECIFICATION 170CUMENT5 CTI'Y PROFECT NO. l Q3060 Revised Decem6er 2Q, 2612 F:�PROlECY5�0318�067-0?�9 OESIGN�9-4 PRO}ECT MANUAL_SPECIFICATI�NS�Y00%�dIV OY�0120 00 PRIGE AN� PAYMENT PROCE�l1RES.bOq( o-szoao-x� PRkCE AN� PAVAAENT PROCEQURES Page 17 of 18 Change Orders: 1. Refer to DO 72 00 — Standard General Conditions of the Constz'uctian Contract. 1.7 PAYMENT PROGEDi.7RES. {REFERENCE OWNER'S REQUIREMENTS) PART 2-- PRODUCTS -- NDT APP�.ICABLE �'ART 3 - EXECUTION —NOT APPLICABLE END OF SECTION C1TY OF FO]2T WpRTH WESTCREEK CHANNEL MAINTEAIANC� STANDARD CONSTItiJCTION 5PECIFICATfON DOCU[v�ENTS CITY PR07ECTN0. 103pb0 Revised December24, 2012 F:�PROJECfS\9318\067-91�9 �ESIGN�9-4 PROIEC� MANUAL SPECIFiCA710N5�10�"i6\�IV Ol\41 20 09 ANICE ANP PAYMENT pROCE�URES.�OCX oi zo aa - �.� pRICE AND PAYMENT PROCE�URES Page 18 of 18 THXS PAGE I5 LEFT BLANK 1NTENTIONALLY O125fl0- l SUBSTITl3'i'[ON PItOCEDURES Page I oi4 SECTXON 0125 �0 SUBSTITUTION PROCEDURES PART1- GENERAL I.I SUMMARY A. 5ection Includes: The procedure for requesting the appraval of substitutian of a prad�ct that is not equivalent to a product which is specified by descripti�+e or performance criteria or defined by referenca to 1 or m.ore nf the fdlowing: a. Na�►e of manufacturez' b. Name of vendor c. Trade name d. Catalog number 2. Substitutians are not "or-eguals". B. Deviations fram this City of Fort Worth Standarc# �pecification l. None. C. Related Speeification Sectio�s include, but are nat �ecessarily limited to: 1. Division 0— Bitlding Reyuirements, Contract Forrt�s and Conditions af the Con�ract 2. Division I— General Requitements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1, Work associated wiih this Item is considered subsidiary to the various items bid. No separate payment wzll be allowed for this Itern. 1.3 REFERENCE� [NOT USED] 1.4 ADMINISTRATNE R�QUIREMENTS A. Requesi for Substi#ution - General I. Within 30 days aftar awaa'd of Contract (unless noted oiherwise), ihe City will consider farmal requests from Contractor for substitution of products in place of those specified. 2, Certain types of eguipment and kinds of rr►aterial are descrihed in Specifieations by means of references to names of manufactL�rers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to e�ciude from consideration other products bearing other tnanufacturer's ar vendor's namea, trade names, or catalog numbers, provided said products are "orTequals," as determined by City. 3. Other types of equipr�aent and kinds of material may be acceptable substitutions under the following canditions: a. Or-equals are itnavailable due to strike, discontinued praduction of products meeting specified requirements, flr other factors beyond eontrol of Contractor; pC, CTTY OF FO1ZT WORTH WESTCREEK CHA]�TEL MAINTL'IJANCE 5TANDARD CONSTRUCTION SPECI�'ICATION DOC[TMENTS CITY PK01�CT �IO. i 03060 Revised July 1, 2011 oizsao-2 5UB5TITUTION FRQCEDU[tES Page2 ai4 b. Contractor proposes a cost andlor time raduction incentive to the City. �..5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesiing 5ubstiiution 1. Substitution shall be considered oniy: a. After awa�'d af Cantract b. Under the conditions stated �erein 2. Submit 3 capies of each written request far substitution, including: a. Doc�mentation 1) Cot�nplefe data substantiating campliance of proposed substitution with Contract Documents 2) Data reiating to changes in construction schedule, when a reducfion is proposed 3) Data relating to changes in cost b. For products 1) Froduct identiiication a) Manufacturez''s nam� b) Telephone number and representative contact name c) Specification Section or Drawing referenee of originally specifiad product, including discrete name or tag number asszgned to original prod�ct in the Contract Documents 2) Manufacturer's literature clearly marked ta show connpliance of proposed product with Contraci Doeuments 3) Ftemized comparisot� of axiginal and proposed product addressing product characteristics including, but not necessarily limited to: a} Size b) Compasition oz' materials of construction c) Weight d) Electrical or mechanical requirements 4) I'roduct experience a) Lacation of past projec#s utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning p:rnposed product c) Availahle fie�d data and reports assaciated wrth proposed product 5) Samples a) Provide at request of Ciiy. b) Samp�es bacome the property af the City. c. For constructian methods: 1} Detailed descriptian of propased method 2) TIlustration drawings C. Approval or Rejection l. Written approval ar re�e�tion of suhstitution given by the City 2. City reser�es the right to require proposed product io comply witla color and pattern of specified product if necessary to secure design inient. 3. In the event the su6stitution is approved, the resulting cost aridlor time reduction will 6e documented by Change Order in accordance with tha General Conditions. CITY OF FORT WOiiTH WESTCREEK CHAiVNFI. IviAINTGNANC�, STANDARD CONSTfZUCTIO�I SPEC�ICATION I30CUM�NTS CITY PROJECT IVO. 1030bU Revised 7uly 1, ZO L 1 012500-3 SLTBSTI'i'[,TTIQN PRQCEDi]ItES Page 3 of 4 �-. No additional contract time will be given for substitutian. S. Substitution will be rejeetee� if a. Submit�ai is not through the Contractor with his stamp af approvai b. Request is not made in accordance with this Specification 5ection c. In th� City's opinion, acceptance will require substantzal revisian of tlae original dasign d. In the Giiy's opininn, suhstitution wil� not perform adequately the function consistent with the design intent 1.6 ACTION SUBMXTTALSIZN�'OEtMATION,AL SUBMITTALS [NOT USED] 1.'1 CLQSEOUT SUBJVnTTALS [NOT USED] 1.8 MAINTENANCE MATERTAL SUBMITTALS INOT USED] L9 QUALYTY A,SSiIRANCE A. In making request for substitution or in using an approved praduct, the Coniractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superiar in all respects to that specified, and that it will parforra fi�nction for which it is intended 2. Will provide sarn� guarar�tee fnr substitute item as for product specz�ed 3. Will caordinate instaIlation af accepted substitution into Work, to include buildjng modi�cations if necassary, mal�ing such changes as may bs required for Wark to be complete in aIl respects 4. Waives all claims for additionaI costs related to subs�itution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [�TI'EI CONDITIQNS [NOT iTSED] 1.12 WARRANTY [NQT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EX�CUTIQN [NOT USED] END OF SECTION Revision Log DATE NAME C1TX QF FORT WORTH STANDARI7 CONSTRUCTION SPECIFICATION DOCUMENTS I2evised 7uly l, 2011 SUMMARY OF CHANGE WESTCREEK CHAIYNEL MAINTENATTCE CITX PROJECT I�fO. 103060 oizsoo-a SiTSSTiTUTION PTiOCEDURES Page 4 of 4 EXHIEIT A REQUEST FOR SUBSTYTUTTON FORM: To: FROJECT: DATE: We hereby submit for your consideration the following product insteat� of the specified item for ihe above praject: SECTTON PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete infarmation on changes ta Urawings and/or Specifcatians which proposed substitution will require for its proper instaIlation. Fil1 in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and d�tailing cosis caus�d by the requested su6stitution? B. What effect daes substitution have o� other trades? C. Differences between propased substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of tite proposed and specified items are: Equa] Betier (e�iain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specifed itazn. Submitt�d By: �'or Use by City Signature as noted Firm Address Date Telep�one For Use by City: Approved City Recommended _ Recommended Not recommended Received Iate By Date Remarks Date Rej ected C1T'Y OF FORT WOItTH WESTCREEIC CHANNEL MAINT�NAI�CB STANDARD CONS`i'IiUCTTDN SPECIFICATIDN DOCUMENTS CITY PR07EC'f NO. 1030b4 Kevised 7uly 1, 2011 Q13119-1 PRECOi�IS'1'iZLICTION MEETING Page 1 of 3 SECTI�N 0131 19 PREC�NSTRUCTION MEETING PART1- GENERAL 1.1 SiTMMARY A. 5ectjon Includes: 1. �rovisio:tas for the preconstruction meeting to be held prior to the start of Work to clarify cnnstruction contract ad�ninistration procedures B. De�viations from this City of Fort Worth �tandard Specification 1. None. C. Relat�d Specification Sectians include, but ar� not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Farins and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDIIRES A. Measurement and Payment 1. Work associated with this Itez�a is considered subsidiary to the various items bid. No se�arate payznent will be allowed for this Iiem. 1.3 R�FERENCES [NOT USED] 1,4 ADMINISTRATIV� REQUIREMENTS A. Coardinatio�t l. At�end preconstruction meeting. 2. Representatives of Contractor, subcor�tractnrs and suppliers attending meetings shall be qualifted and authorized to act on behalf af the entity each represents. 3. Meeting administered hy City� may 6e tape recorded. a. If recorded, tapes wili be used to prepare minutes and retained by City for future reference. B. Preconstructior� Meeting 1. A preconstruction meeting will be held wi#hin 14 days after the execution af the Agreement and befote Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representativa will preside at the meeting, prepare the notes of the meeting and distribute copies of same ta all participants who so request by fully eomple�ing the attendance form to be circulated at the beginni�g a�the meeting. 3. Attendance shall znclude: a. Project Representati�e 6. Contractor's project manager c. Contractar's superintendent d. Any subconiractor or supplier representati�+es wham ihe Contracior may desire ko invite or the City may reques� CITY OF FORT WQRTH WESTCREEK. CHAN1�f�.L MAIAfTENANCE STANDAI2D CONSTRUCTEDN SPECIFICATION DpCU1VfENTS C1TY AROIECT NO. 103U6U Ltevised August 17, 2012 0131 19-2 PRECONSTRUCTION MEETIltiG Page 2 of 3 4. S. e. Other City represe�taYives f. Others as appropriate Constructian Schedule a. Prapare baseline construction schedule in accordance with Section O1 32 16 ar�d provide at Preconstructian Meeting. b. City will notify Contractor of any schedule changes upon Notice of �'recanstruction Meeting. Preliminary Agenda may include: a. Intraduction of Pro,�ect Personnel b. General Description oiProject c. 5tatus of right�of-way, utilify clearances, easements or otner pertinent permits d. Cont�•actor's work plan and schedule e. Contract T1me f. Notice ta Proceed g, Construction Stakzng h. Progress Payments i. Extra Work and Change Order Procedures j. F'ieid Orders k. Disposai Site Letter far Waste Material 1. Insuxance Renewals m. Payrall Certification n. Material Certifications and Quality Cantrol Testing o. PubIic Safety and Convenience p. DocE�mentation of �z'e-Construction Conditions q. Week�nd Wark Notification r. Legal Ho3idays s. Trench Safety Plans t. Con�'ined Space Entry Standards u. Caardination with the City's representatiue for operations of existing water systems v. Storzn Water Poliution Preveniion Plan w. Coordination rvith ather Contractors x. Early Warning System y. Contractor EvaSuation z. Special Canditions applicable to the project aa. Damages Claims bb. 5ubmittal Pracedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temparary construction faciIities gg. M/WBE ar MB�/SB� procedures hh. Final Acceptance ii. Final Payment jj. Quesfions or Comments CITY OF FDRT WOk�TH WESTCEtEHK CHAIVNEL MAiNT�NANCH 3TA]�DATt17 CONSTRUCTION SPECIFJCAT[ON DOCUN[ENTS CITY PROJECT NO. ]030bU Revised August 17, 2012 Ol 31 l9 - 3 PitECdNSTRUCTION MEETING Page 3 oi3 1,5 SUBMITTALS [NOT USED] 1.G ACTXON SLTBMITTALSIINFORMATIONAL �UBMITTALS [NOT US�D] L7 CLOSEOiFT SUBMITTAL,5 �NOT USED] I.8 MAINTENANCE MATE�AL SUBMITTALS [NOT USED] ]..Q QUALITI' ASSURANCE [NOT USED] 110 DELIVERY, STORA.GE, AND HANDLING [NOT USEDJ �..11 FIELD [SITEj CONDTTIONS [NOT USED] 1.12 V�ARRANTY [NOT iTSED] PART 2 - PRODUCTS [NOT USED] �ART 3 � EXECiTTION �NOT USEDj END OF SECTION DATE NAME Revision Log SiJMNIARY OF CIIANG�. CI'I'Y OF FORT R+ORTH WESTCREEK CHANNEL MAINTENANCE STANDP.RD CONSTRi3CTION SPECiFICATION DOCIJMENTS CITY PR0IECT NO. 103060 Revised August 17, 2012 PAGE I5 LEFT BLANK INTEN7E'IONALLY 013120-I PAOSBCT MEE'I`D+iGS Page 1 of 3 S�CTI�N Oi 31 �0 PROJECT MEETINGS PART1- GENERAL I.1 SUMMARY A. Sectian Includes: 1. Provisions for project meetings throughoui the cansiruction period to enable orderly arevievv of tha progress af the Work and to provide for systematic discussion of potential prablems B. Deviatians this City af Fort Worth 8�andard 5pecificatzon 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division D— Bidding Requitements, Cantract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND FAYMENT PROCEDURES A. Measurement and �'ayment 1. Work associated vvith this Item is cansidered subsidiary to the variotts items bid. No separate payment will be allor�ed for this Item. 1.3 REFERENCE� jNOT USED] 1.4 ADMiNiSTRATIVE REQU�REMENTS A. Caordinatian 1. Schedule, at#end and administer as specifed, periadic progress meetings, and specia�iy calIed meetings throughoui progress of the Work. 2. Representati�es of Contractor, subcantractors and suppliers a�ending meetings shall be qualified and authorized tn act on behalf of the entity each represents. 3. Meetings administered by City may be tape recarded_ a. If recorded, tapes wiI� be used to prepare rninutes and retained by City for futur� re%rence. 4. Meetings, in addition tn those speeified in this Section, may be held v�hen requ�sted by the City, Engineet Qr Contractor. B. Fre-Constructian Neighborhoad Meeting 1. After the execution ofthe Agreement, but before consiruction is allowed to begin, atiend 1 Public Meeting with affected rasidents to: a. Present projected scheduIe, including construction start date b. Answ�z' any co�struction related questions 2. Meeting Location a. Location of ineeting to be determined by the City, 3. Attendees C1TY QP FORT WORTH W�STCREEK CIIANNEL 1WIAINTENANCE STANDARD COIVSTRiICTiON SPECIFICATEON DpCUN[�NTS CITY PROJECT 3+i0. 103Q60 Revised July 1, 2D1 [ D13120-2 PROJECT N�EETINGS Page 2 af 3 a. Contractor b. Proj ect Represeniative c. Other City representatives 4. Meeting Schedule a. in generai, the neighborhood meeting wiil accur within the 2 weeks following the pre-construction conference. b. In no case will construction be allow�d to begin until this meeting is held. C. PrQgress Meetings 1. Formai project coordinaiion meetings will be h�ld period'ically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress mee�ings to discuss specific topics will be c�nducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Caordinating shutdawns b. Instajlation of piping and equipment c. Coordination between other construction projects d. Resolutian of construction issues e. Equipment approval 3. The Project Representati�e will preside at progress meetings, prepare the notes of the meeting and distrihute copies Qf tne same to alI participants who so request by fully completing ihe attendance form to be circulated at the beginning of each zneeting. 4. Attendance sha11 include: a. Contractor's praject manager b. Contractor's superintendent c. Any subcontractor dz' s�t�aplier representatives whatn the Contractor may de5ire to invite or the City may request d. Erigineer's tepresentatives e. City's representati�es f. Others, as requested by the PraJect Representative 5. Preliminary Agenda may include: a. Ret+iew af Work progress since pr�vious rneeting b. Field observations, problems, con�licts c. Itenns which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review af canstruction interfacing and sequencing requirements witk� other construction coniract5 f. Corrective measures a.nd procedures to regain projected sched�ale g. Revisions to construction schedule h. Progress, schedule, during succeeding Work p�riod i. Coordina�ion of schedu�es j, Review submitfal schedules . k. Maintenanc� of quality standards 1. Pending changes and substitutions m. Review pz'oposed changes for: 1) Effect on construction �chedule and on co3npletion date 2) Effect on other contracts of the Yroject n. Review Record Documents o. Aeview monthly pay request CITY OF FORT WORTH �JESTCREEK CHATINEL MAINTENANCE STANDARD CQNSTRUCTION SPECIFICATION DQCUMENiS CITY PROJ�CT NO. 10306fl Revi5ed 7uly !, 2U11 013120-3 PROJECT 1vfEET1NG5 Page 3 of 3 p, Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additlonal meetings may be held at the request of the: a) Cify h) Engineer c) Cor�tractor 7. Meeting Location a. The City will establish a me�ting lacation. 1) To the extent practicable, meetings wili be held at the Site. 1.5 SiTBMITTALS �N�T USED] 1.6 ACTION SUSMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT S�TBMITTALS [NOT USED] 1.S MAINTENANCE MATERIAL SUBM�TTALS [NOT USED] 19 QUALITY AS�U�iANCE iNOT USED] 110 DELIVERY, STORAGE, AND HANDLZNG [NOT iTSED] 1.11 FIELD [SXT�] CONDITIONS [NOT USED] 1.12 �'VARRANTY [NOT USED] PART 2 - PRODiTCTS [NOT IISED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Lng DATE NAME CTTY QF FpRT W012T�I STt1i�TDARD CONSTRUCTIO?V SPHCIFICATION DOCUMF.NTS Revised Juty l, 2011 SLJMMARY OF CIIANGE WESTCREEiC CHA�JNEL MAINTENANCE CITY P12QIECT IYO. ] 03D60 PAGE IS LEFT BLAN�€ INTENTIONALLY Ol 321b - 1 CONSTRUCTiON PROGRESS SCHEBULE Page l of ]0 t 2 3 PART 1 � GE1�T��RA.L 4 11 SiTMMARY s�,cTTON ai 3� id CONSTRUCTION SCHEDjILE 5 A. Section Includes: 6 1. Generai require�nents for the preparation, submitta�, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City ofF'ori Worth Schedule Guidance 9 Document IO 11 B. Deviations fram this City af Fort Worth Standard Specif'ication 1. None. 12 C. Related Specification 5ectians include, but are not necessarily limited to: 13 1. Di�ision 0-- Biddin.g Requirements, Contxact Forms and Condiiions of the Contract I4 2. Division 1— General Requirements 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 3a D. Purpose The City of �'ort Worth (City) is eQmmitted to delivering quaiity, cosi-effective infrastructure to its citizens in a timely manner. Akey tool to achieve this purpase is a praperly structured schedule with accurate updates. This supports effective monitoring of pragz'ess and is input to critical decision malcing by the projeet manager thraughout the Iife of the pro�ect. Data fro�► the updated project schedule is utilized in status reporting to various levels of the City organizatian and the citizenry. This Docutnent comp�ements the City's StandardA�-e�meni to guzde the construction cQntractor (Caniractor) in preparirig and submitting acceptable schedules 1For use by the City in project delivery. The expectation is the performance of the work fol�ows the accepted schedule and adh�re to the contractual timeline. The Contractor will designate a qualified representative {Praj�ct Scheduler} responsib�e for developing and updating the schedule and preparing status reporting as required by the City. 31 1.2 PRICE AND PAYNII��VT PROCIDiTRES 32 A. Measuremer�t and Payznent 33 I. Work associated withthis Ita� is considered subsidiary to the various items bid. 34 No separate payment wiil be allowed for this Item. 35 2. Non-campliance wit�this specification �s grounds �or City to withhold payment of 36 the Contractor's invoices until Contractor achieves said complian.ce. 37 1.3 RE�'ERINCF� 38 A. P�'oject Schedules CITY OF FORT WORTH WESi'CREEK CHA[VNEL MAIIVTEIVANCE STAN�DARD C�NSTRUCTlO�T SPECIFICATION DOCUMENTS CITY PR07ECT NO. 103060 Revised August 13, 2021 01 32 16 -2 CONSTRi7CTIONPROGI�ESS SCHEDULE Page 2 of ] 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 48 49 Each pro�{ect is represented by City's master project schedule that encompasses the entire scope af activities en�isioned by the City to praperly deliver the work. When tk�; City contracts with a Contractor to perform constzuction af the Work, the Contractor w ill develop arid maantau� a schedu�e for their scope o�'vvoric in alignment with the City's standard sch�dule requirements as de%ned hereit�. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Froject Control Specialist and approved by the City's �roject Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activiiies and milestones for the total project and he Critical Path Method (CFM} hased. The City's Yroject Mataager is accountable for o�ersight of the development a�d rriaintaining a master project schedule for each ptaject. When the City contracts for the design andlor construction of the project, the master project schedule will incorporate eiements o�'the Design and Constructian schedules as deer�ed appropriate by the City's Pro3ect Control5pecialist. The assigned City Project Control Specialist creates arid maintaixis the master project schedule in P6 (City's scheduling software}. 2. Construction Schedule The Contractar is responsible for developing and nnaintaining a scheduIe for the scope of the Contractox's contractual requirements. The Cantractor will issue an ir�itial scheduie for review and acceptance by the City's Project Cantrol Specialist and the City's Project Manager as a base�ine schedule for Contractor's scope of work. Contracfor will issue current, accuraxe updates of their schedule (Progress Sc�edule} to the City at the end of each month throughout the life of their w ork. B. Schedule Tiers The City laas a portfolio of projeets that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the praper schedule with th.e criteria for each project. The City's Project Manager determines the appropriate s�hedule tier for each groject, and includes that designation and the associated reyu�rerner�ts inthe Contractor's scape of work. The fol�owing is a suzx�.mary of the "tiers". 1. Tier 1: Small Size and SI�ort Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule subnnittal is required frorn Cantractor. Ciky's Project Control Specialist acquires any necessary schedule status data or informationthraugh discussians with the respective party an ari as-needed basis. 2. Tier 2: 5ma11 Size and Skzort to Mediurn Duratian Project The City develops and maintains a Master Praject 5cheduIe for the project. The Cont:ractor identif'ies "start" and "finish" milestane dates on key elemants oftheir wark as agreed w ith the City's Project Manager at the lcickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end af each month throughout th� life of their w oric on tha project. 3. Tier 3: Medium and Large Size andlor Complex Projects Regardless of Duration C1TY O� FOTiT WQRTH WESTCR�,EK CHANNEL MATN7'ENANCE CITY 5'i'ANDARD CONSTRi1CTION SPECIFTCAi'I03+[ DOCUMENTS PRO.IECTNO, 103060 Revised August 13, 2421 01 32 16 -3 CONSTRUCTI�N PRpGRESS SC�IEDULE 1'age 3 of 10 1 The City de�eiops and maititains a Master Project Schedule for the pro}ect. The 2 Contractor develops a&�seline Schedule asid mamtains ti�e schedule aftheir 3 respective scope of work on tlae project at a�evel of detail (generally Leve13) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by ihe Project 5 Manager. The Contractor issues to the City, up�lates of their respective s chedule 6 (Progres s Schedule) at the end of each month throughout the life of their work on the 7 proJect. 8 C. Sch�dule Types 9 Praject deli�very fox the City utilizes t�vo types af scheduies as noted below. The City 16 develops and maintains aMaster Prvjeci Schedule as a"baseline" schedule ar�d issue 11 monthl� updates to fhe City Project Manager (end of each month) as a"progress" 12 schedule. The Cflntractor prepares and submits each schedule type to iulf'ill their 13 contractual requirements. i4 15 1. Baseline Schedule 16 The Contractor develops and submits ta the City, an initial scheduie for their scope S7 of v�rork in alignzx�.ent with t�is spec�cation. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule azid is thebasis against which aIl progress 19 is measured. The baseline schedule will be updated when there is a change ar 2o addition to the �cope of work impacting th� duration of the work, and only after 2I receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly hehind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a morepracticaj evaluation of progress. An 24 �xample of a Baseline Schedule is provided in Spec�f'ication O1 32 16.1 25 Canstruction Project 5chedule Baseiine Example. 25 27 2. Progress Schedule 28 The Contractor updates their s chedule at the end of each month ta represerii the 29 progress achieved inthe work which includes any nnpact fr�m autharized changes 30 in the work. The updated schedule mUst a�ccurately reflect the cur�nt status ofthe 31 work at that paint in. tizne and is referred to as the "Progress �chedule". The City's 32 ProjectManager and Praject Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identifed by the City �within 5 working days and the 35 Cantractor must provide an acceptable progress schedule with�iz� 5 warking days 36 after receipt of non-acceptance notification. An example of a Progress Schedule is 37 provided in Specification 01 32 I6.2 Constructian Project Schedule �rogress 38 E�cample. 39 D. City Standard Schedule requ�ements 40 The f�llaw ing is an averview af the methodolagy for developing and maintaining a 41 schedule for delivery of a projeet. CITY OF FOIZT WORTA WE3TCREEK CC-TANNEL IviAINTEI�ANCE STANDAiiD CONSTRUCTION SPECIFICATION DOCi.JMENTS CITYPRD7ECTN0. 1Q3D60 Revised August 13, 2021 ai 3z i� -a CONSTRUC"I'IONPROGRE55 SCfIEDUL6 Page 4 af !4 2 3 4 7 S 9 10 11 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Sch�dule FramEwork - The schedule will be based on the defined scope of wark and follaw the (Crrtical Path Methodology) CPM method. The Cantractor's sohedule will align witil the requirements of this specifica�ion and w ill be cost loar�erlto refl�ct their plan for execution. Complianee with cost laading ean l� provided wiih traditional cost 1Qading ai line iiems OR a pro,�ected cost per month for the projact when the init�al sched�le is submitted, updated on a q�arterly basis is significant change is anticipated. Overall schedu�e duratfon will align with the contractual requirements for the res�ective scope of warkand be reflected in City's Ma�ter Project Schedule. The Project Nuzx�ber arid Name of #he Project is req�aired on each schedule and must match the City's projeet data. E. Schedule Frle Nazne AlE schedules submitted to the City for a project will t�ave a�'�le name that begins with ihe Ciry's project numbe� fallowed by the name of the praject follawed by basedine {if a baseline schedule) or the ye�rr�nrl month {if a progress scheduie), as shownbelow. � Baseline Scnedule File Name Format: Ci�y �rojectNumber ProjectName Baseline E�camgle: 1 Q1376 North Montgomery Street IIMAC Baseline • Progress Schedule File Name Format: City Project Number Pro�ect Name YYYY MM Exazrzple: 101376 North Montgomery Street HMAC 201$ O1 � Project Scheduie Pr�gr�ss Narrative FileName Format: City ProjectNuix�ber ProjectName_PN_YYYY-MM Example: 101376 North Montgamery Street IIMAC PN 2018 O 1 29 F. Schedule Templates 3� The Cantractor will utiliz� the relevant sections from the City's templates provided in 31 the City's document managemenr systezxz as the bas�s for creating their respective 32 project schedule. Specifically, the Contractor's schedule will align with the layout of 33 the Canstruction section The templates are idenii�ed by type of project as noted 34 below. 35 o Arterial5 3b � Avtation 37 o Neighborhoad Streets 38 • Sidewalks (later) 39 • Quiat Zanes (later) 40 o Stre.�t Lights (later) 4I � Intersectian Imprnvements {later) 42 � Parks Q3 44 45 46 47 � Storrn water � StreetMaintenance � Traffic o Water 48 G. Schedule Calendar CI'E"Y OF FOIt"I' WORT�I WESTCREEK CHANIVEL MAII�[TENANCE 5`I'ANI7ARD CO3+ISTRUCTION SPECIFiCATION DOCUMEN"f5 CITY PI�OJECT NO. 10306Q Revised August 13, 2021 013216-5 CONSTRUCTIpNPi20GRE55 SCHEDULE Page5oP10 1 The City's standaxd calendar for schedu�e development purposes is based on a 5-day 2 workweek and accoUnts for the City's eight standard holidays (New Years, Martin 3 Luther King, Memorial, Independence, Labor, Thanksgiviz�g, day after Thanksgiving, 4 Christmas). Ti�e Contractor will establish a schedule calendar as part of the schedule 5 development process arid provide to the Project Control Specialist as part of the basis 6 for theur schedule. Vaxiatiflns between the City's calendar and th� Contractor's 7 calendar must be resol�+ed prior to ihe City's acceptanoe of their Baseline project S s chedule. i0 zi 12 13 14 15 16 r� �s 19 20 21 22 23 24 25 H. WBS & Milestane Standards for Schedule DeveIopment The scope of warkto be accomplished by tha Contractor is represented in the schedule in the form of a WorkBreal�down StrUcture (WB5}. The WBS is tha basis for the development ofthe scbedule activities and shall be i�nbedded anci depicted in the schedule. The #'ollowing is a sutnfxiary af the star�dards to be fol�ow�d in preparing and maintainir�g a schedule for pro}ect delivery. 1. Contractor is required to utilize the Gity's WB5 structure and respective project type template far °`Gonstruction" as shown in Section 1.4.Hbelow. Additional activities may be added to LeveLs 1- 4 to accommodate theneeds of the organization executingthe work. Speeif'�caily the Cantractor wilf add activities un.der WB5 ��XXX.80.83 "Construction Executian" that delineates the activities associated with the various components ofthe woxk. 26 2. Contractor �s requixed ta adhere to the City's Standard Milestones as shown 27 in Section 1.4.I b�Iow. ContractorwiIlinclude additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of wark. 30 31 32 33 34 35 3b 37 I. Schedule Activities Activities are the dis crete �iements of worlc that make up the schedule. T�ey w ill be organized under the umbrella of thE WBS. Activity descriptions shouId adequately describe the activity, and in some eases the extent af the activity. All activities are logically tied with a predecessor and a succes�or. The only exception io this rule is for "project start" and "project f�nish" milestones. 38 The activity duration is based on the physical amount oFwork to be perfarmed far th� 39 stated activity�, with a maximum duratian of 2D working days OR a confsnuous activity 40 in one location. If the work for any ane acti�ity exceeds 20 days, break that activity 41 down incrementatly to achieve this duration constraint. Any exception to this requUes 42 review and acceptance by the City's Project Confral Specialist. 43 44 J. Chattge Orders 4S When a Change Order is �ssued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, ta clearly show impact to the. 47 project timeline. The Contractor submits this updated baseline schedul� tn the City for CITY OP FORT V4QRTH V,�STCREEK CHANNEL MAINTENANCE CITY STANDARD CONST'RUCTION SPECIFICATIDIY DOCUMEId'1'S PR07ECT NO. fp3q6D ltevised August 13, 2021 OI 3216 -5 CONSTiLUCTIONPROGRESS SCH�DUI.E Page 6 uf ]0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2I 22 23 2� 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 �0 41 42 43 q4 �}5 46 47 review and acceptance as described in Section I.5 below. Clpdated basel�e schedules adhere ta the follow ing: 1. Time extensions associated with approved contract modifica�ions are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Mar�ager. 2. The re-baselined sc�aedule is submitted by the Contractor witlain ten workrfays after the date of receipt of the approved Change Order. 3. Th.e changes in fogic or durations approved by the City are used to analyze the impact of tlae change and is incIudeci in th� Change Order. The coding for a new activity(s) added ta the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the �vark o�the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K City's Work BrealcdQwn Structure WBS Code WBS Nama XXXXI�� Praject Name XXXXXX.3Q Desxgn XXXX��.30.1 Q Design Contractor Agreerr�ent XXXXXX.3b.20 Conceptua] Design (30°/a) XXX��XX.30.30 Preliminary Design (b0%} XXXXXX.30.40 Fir�al Design XXXXXX, 30.50 En�iranmental X��XXXX.30.60 Permits �.30.60.10 Permits - Ident�f'ication �'XXXXX.30.60.20 Permits - ReviewlApprove Z�:XXXXX.�10 ROW & Easements XXX��XX.40.10 ROW Negotiations XX�X��X.40.2Q Condemnation 7�:X�XX.70 Utility Reloeatifln XXXXXX.7Q.10 Utility Relocation Ca-ordination XXXX��.80 Construction XXXXXX.$0.81 Bid and Award XX��XX�.SQ.83 Construction Execution ' XXXXXX.&O.S5 Tnsp�ctian XXX��XX.8a.86 Landscaping XXXXXX.90 Claseout XXXXXX.90.10 Construction Contract Close�out XX�XXX90.40 Design Contract Closure L. City's Standard Milestones The follawing tnilestone activities (i.e., imporiant e�ents on a prflject thai mark critical paints in time) are of particuiar interest to the City and nr�ust be refiected in the project schedule for all phases of work. CITY OF FORT WORTH WESTCREEK CHANNEL MAINTENANCE STANIJARD CONSTRUCTIdN SPECIFICATION DOCUMENTS CITY YR07ECT NO. l03060 Revised August 13, 2D21 Oi 3216-7 COlVSTAUCT[pI� PAC}GRES S S CfIED[J!.& Page 7oF 10 1 2 3 4 5 6 7 8 9 i0 lI 12 l3 14 i5 16 17 l8 19 2fl 21 22 23 za� 25 25 27 28 29 30 31 32 33 34 35 36 37 38 39 1.A� 40 4l 42 43 A4 45 46 Activitv ID Activitv Name Design 3024 Award Design Agreement 3040 Issue Natice to Proceed - Daszgn Engineer 31(}0 DesignKicl�-offMeeting 312(} Subrnit Conceptual Plans to Utilities, ROViT, Traffic, Parks, Storm Water, Water & Sewer 315fl Peer Review Meeting/Design Re�iew meeting {techzucal} 3160 Cotaduct Design F�blic Meeting #1 (required} 3170 Conce�tual Design Complete 3220 SubmitPreliminary Plans and Spec�cations to Utilities, ROW, Traffic, Parks, Stnrm Water, Water & Sewer 3250 Conduct Des ign Yublic Meeting #2 (required} 3260 Preliminary Desig�a Camplete 3310 Submit Fina] Design to Utiliti�s, ROW, Traific, Parks, Storm Water, Water & Sewer 3330 Conduct D�sign Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easentents �k000 Right of Way Start 423b Right of Way Complete Cltility Relocation 7000 Utilities Start 7120 iJtilities ClearedlComplete Construction Bid and Award 81 IO �tart Advertisement 8150 Conduct Bid 4pe�ing 8240 Award Construction Contract Canstruction Elcecution 833Q Conduct Construction Fublic Me�ting #4 Pre-Construction 8350 Cvnstruction Start 8370 Substantial Campletion 854Q Canstruction Compl�tion 9130 Notice of Completion/Green Sheet 9150 Consiruction Cantract Closed 9420 Design Contraet Closed S�M[TTALS A. Sched�ie �ubmittal & Review The City's Pr�ject Manager is responszble for re�iews and accepiance ofthe Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment nf the Contraetor's baseline and progress sck�edules with the Master �'roject Schedule as support to the City's Project Manager. The City reviews and accepts ar xejects the schedule witl:rn ten warkdreys of Contractor's submrttal. C1iY OF F�RT WORTH WESTCREEK CHANNEL MAfNTENANCE STANDARD CQNSTRUCTT03�I SPECIFICATIDN bOCiTNiENTS CITY PROJfiCT NO, 10306Q Revised �ugust 13, 2021 Ol 3216-8 CONSTRUCTIONFRDGR��S SCF�DULE Page S oF lU 1 1. S�hedule Format 2 The Contractor willsubmit each schedule in two elec�ronic forms, one in native file 3 format (.xer, .xtrtl, .�npx) arid the second �n aprlf forrnat, in the City's document 4 management system in the location dedicated for this purpose and ident�ed by t�e 5 Project Manager. In the event the Contractor does not use Primavera P6 ar MS 6 Pro}ect for scheduling purposes, the schedule information rnust be subrnit�ed in .xls ar 7 .xlsx format in campliance withthe satnple layout (See Specif'ication 01 32 16.1 8 Canstruction Praject Schedule Baseiizle Example), inciuding acti�ity predecessors, 9 successors and totai flaat. 10 11 2. Tnitia] & Baseline Schedule 12 The Contractor will develop tneir schedule for their scope af wnrk and submrt their 13 initial schedule in electronic form (rnthe file formats noted above}, in the City's 14 document management system in the location declicated for this purpose at lenst 5 15 working drrys prior to Pre Constructian Meeting. 16 17 The City's Praject Manager and Project Control Speciaiist review this initiai schedul� 18 to datermine alignment with the City's Master Project Schedule, ineluding farrriat & 19 WBS structure. Follawing the City's review, feedback is prov�ded to the Contractor 20 far their use in finalizing their initial schedule and issuing (witltin fxve workrlays) their 21 Baseline Schedule fnr final re�iew and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update at�d issue their project sched�ale (Progress Schedule} by the ZS lrrst riny of eacla m oratlt throughout the life of their work on tha project. The Progess 26 Schedule is submitted in electronic farm as noted above, in the City's document 27 mazzagezzzent system � the location dedicated for th�s p�pose. 2$ 29 30 31 32 33 34 35 36 37 38 39 40 Q�1 �z 43 44 45 �b 47 48 49 The Ciiy's Project Control team reviews each 1'rngress Schedule for data and in%rmation that support the assessment of the update to the sc�►edule. In the event data or informatian is missing or incomplete, the Project Controls �pecaaiist communicates directly wi�h the Contractor's seheduler for providing sataae. The Contractor re-submits the cot7rected Progress 5chedule within 5 workdays, following the submittal process noted above. The City's ProjectMan�ger and Pro�ect Control Specialist review the Contractnr's progress schedule for acceptance and �a monitor perforznance and pragress. The %Ilow ing list of items are required to ensure prop�r status informatian is contained in ihe Prngress Schedule. � Baseline Start date � Baseline Finish Date � % Catnplete o �'loat o Activity LogiC (dependencies) o Critical Path � Activities added or deleted • Expected Baseline Finish date � Variance to the Baseline Finish Date CITY OF FORT WORTH WESTCREEK CHAN3dBL MAINTENANCE CITY STANDARl7 CON5TRUC'I'ION SPECIE'ICATION DOCUMENTS PR01�CT 1V0. 103060 Revised A�gust 13, 2021 01321b-9 CONSTCt[]CTIONf PROGRE55 SCHE�ULE Page9of10 1 2 3 4 5 6 7 8 9 10 11 I2 13 14 15 B. Monthly Construction Status Report Tk�e Contractor submits a written status report (referred to as a progress narrative) at the mon.t�ly pragress meeting {if m�nthly meetings are held} or at the end of each month to accornpany the Progre�s Schedule subrnittal, using the standard format provided in Specificatian 0132 16.3 Cansiruction PrQject 5chedule ProgressNarrative. The content of �he Construction Project ScheduIe ProgressNarrative should be coneise and complete to include only changes, delays, and anticipated problems. C. Submittal Process • �chedules and Monthly Construction Status Reports are submitted in inthe City's document managernent systetn in #he location dedicated for this purpose. � Once the project has been com�leted and Final Acceptance has been issued by the City, no further progress schedules or constructian status reports are required from tha Contractor, 1. 16 1..5 ACT�[ON SUBMITTALSIINFORMATIONAL SUBNIITTALS [NOT USID] 17 1.b CLOSEOUT SUBMITTALS [NOT iTSID] 18 1.7 MAINTINANCE MA'TERYAL SUBMITTALS [N�T USID] 19 1.8 QUALITY ASSURANCE 20 21 �2 23 24 25 A. The person preparing and revising the constructior� Progress Schedule sha.11 be experienced in the preparation of schedules of sinnilar comple�ity. B. Schedul� and supportung documents addressed in this Specification shall be prepared, updated and revised ta accurately reflect the performance of the construction. C. Contractor is responsible far the guality of all submittals in this section meetin,� the standard of cara for the constructian industry for similar prajects. 26 1.9 DEGIVERY, STORAGE, AND HANDLTNG [NOT LTSID] 2� ��� 29 30 31 32 33 i.10 FiELD iSITE] CONDITiONS [NOT USED] 1.11 W�RRANTY [N�T USID] 1.12 ATTAC��VVIGNTS Spac O1 32 16.1 Constructian Project5chedule Baseline Exannple Spec Q132 I6.2 Construction Pr�ject Scheduie Progress Example Spec 0132 16.3 Cozasiruction Project Schedule Progress Narrative CITY OF FORT W ORT�i WESTCREEIC CHANNBL MAINTENANCE CITY STAN�ARD CDNSTRUGTIOI� SPECIFICATION DOCUMENTS PROIECTNO. ]030G0 Revised August 13, 2421 01 32 16-10 CONSTRUCTION PitOGRE3S SCHEBULE Page 10 of 10 1 2 PART 2- PRODUC'� [NOT USID] 3 P.ART 3� EXr,CUITON [NOT iTSID] 4 5 DATE 8/13/2021 6 IND OF SECTION Revisian L.og NAME SUMMARYOF CHANGE Michael Drtien �evised to update speci�cation requirements and eliminate duplicate schedule specifications. I C1TY OF FpRT WORTF] WESTCREEK CHA1�fNEL MAINTENAi�ICE STANDARI} CO�ISTRUCTION SPECIFICATION DOCLTMEiVTS CITY PR07ECT N4. 10306D Revised August 13, 2021 a� �2ib.i C01�5TRlJCTION PIZOGRESS SCHEDUL.E—BASELTNE�X,4MPLE Page 1 of 5 I SECTION OI 32 16.1 2 CONSTRUCTION 5CH�DULE -- BASELINE EXAMPLE 3 PART I - GT%NF;,RAT. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 19 20 21 22 23 2�1 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 The following is an example of a Contractor's project schedulethat ijlustrates the data and expectation for schedule content depicting the baseline for the project. This verszon of the schedule is referred to as a"baseline" schedule. This example is intended iQ pravide guidance for the Contractar when developing and submitting a basel�e schedule. See CF W Specification O1 3216 Constructian Schedule for details and requirements regardingihe Contractar's projectschedu.le. C1TY OF' FOItP WORTH S`I'ANDARD C�NSTRUCI'ION 5P8CIFICATION DaC[]MENTS Revised August 13, 2021 [Insert ProjectName] [Insert ProjectNumber] � `� a ro� � � a � r � '� ^� � n ,.'� w °z � ��� � n i �-� � � '7 m n � C� 'i � z O � � � �-'—E- � � � � ro� �� � z� �x �� �.�. �F'� - �C���al ��t��er�+ 1��� 8�� T��� �r�� ++wY�� Pra�j��� iti: C�P{�9B I uo I�ea i -- 3a= I.. rz_�n I��c�s�4 �.�e�oa I � i l.�F�-4S7�} . fJi'70ElC4iii']rij SQ�;iCOL]SGIlL�r4[1�36�Ii�C `�CriyluaE: El i� 1_Fi �Z�J4p[:.i.�� I'�-C.!C-.�I_ � �, �•�•�-,• ,,•• � �-�i�■�iitili�iilii - . 7.�. � nrE-Chrr,.ci19R � x 0� Sa�-::-= z}f.�a-�'t � 3'� an0 An��aCa�sa_c1an��sRr�c9� a +� F:�+-r,;.7` .. _ 'ot1�T_E4C.:_ : "—�+{� �fr�.al�L=rr,es-i��'Ya3�5+3fYiG�lAinpare`OCxEd'.Im 7� IC �-t'1�-::'= '3.�pr-=='"_ &�tFk! -. . � —.._, .. _ . . _ ._.._""" "" —"" "" .. .., — — "'_ ._ .. ."'...._.. L�i] �;2'�7�JR�'�S� 1 • =:,ltir�'_=�! ._�Or�"._F zN � �':G—.,�_ ��91 � �ss� �Pc.��sriocca;T7rs�4� ".., . � t � �-�.art:" r�,n2r•�c�. a�t �` - d,:] =F�}nY'J�W-PWS�cLer�r, " `>�irv:_! �5-Rpf-:u�! .423'� 3��E: ':,`2€ - -�:7 4'�t'�7on =. :t�5r.:. . �-M3}�=E7ib�J,"� -a7: :7 '_7 _:RT..-:f' ��, �YF!'t 7 i'F YiidY d 9frJrRl T +�C _]��, v=�,r=� �c — -� — - ii'� �FT71YiP- , . �a7-1 �F�a�t�ees�ir-tiraee �� � •n3il }T.;}io-ix'�F`�Ir_ _ — " � PaY+np — — � ax:l � �av _ _ . — ]�:$; ^_'S�E�Sd�SF. . - . ..S_�d._ -t•��7 � � 3w� 4 rZY_4Y 6�Y �+ --:�C �:B�So. lt--- !;q'� =n t= 7 ti�ra1L` � � S�e�[� . . . .. _ ��3 ,�.j:l u3M�}�u17 . 1.��'�G'!� x h�i+araGie ,:��c�rGr! iG G'_b7���C17 ;J�.FaM7E � v�,v��r,i� o�� �r � �����ar�Lio...is�sarw.Gre �_e�o � 1`�ilrk�'1� �.'.r.�'C :416 c �:,.lr=:'.. :!S-�F-.:iE a4- � {�;}�17'_ 1:-=i�w�! � �.a�r:��� ��.u::,� =o» S 7CriiF:11? :�ta1--13 :Y-0 , .... �.---.... _ . � 3r1 ���r��ie }p�,;�:�,3 ��eo 2Q P6. -.Y'�y �16 3'�-,4;�r,�_�J I! it[9fif7 +9 �z�roio •o-1�:7,3 +� -d -----' ' -�;�r.-^9�d 7CC0 1�: :f+��=Yi! +G�[�re�^.1'- [ — - 1iC — ���,tk.c c —�r ---...—.[ �3� : 2?.1:.:1�: G ii[ 3'u:=. .IE x! 4': �14�7:.31:6 i= '3[�[ IA: —'�i� fr � t �----,: �7 r YJatai lFtrm i: i7 ZWuti.': :7��'X=o]a ]�1�o f?�?R��. f _ ,C io 7S-J�r.=:!: Zih!-],li} ,3f'}0 3=s-� _ . ---�_ i- ---,E-aw:Ji. ��rp'-ai� .]�pp ss_�4 lll�_i S.T�_'iML•i31�4A�=aFi }12�2 T+�T:tlad2irr'e7�IC . 3 CIL�ry-'�i 1! ".}�v'9iz 7ikID :R9',!g 34}] ia�7'�arreci�C�l3ZSE� ? 8 '!�:{�i��=- -9^.i�is'C': 3t2C_..`..._ 3'9+FiY _ 3i.G Ti7T7�`1��5Ps7y: �mm����������� � , ' __.T--L•c"_G�• �G�+.,tiJl. &Y3D _ 3'.:G,3ZY� 3r59 a18A'I�!71�5`rT�i:4�7� -- —� 2L �C :4.,3;ry�7:: -'�"`SC1E. }�i�, 316: ��� � � gs{-�_'c1E lhGEe."01'- e. 0 _� Sr 3FG7 �k�:�'+777' ' - y 4 9.`-C`-�-='.0 11-7.:i--75€ ?�� S"�.5:'� � 3eT7� 7G4��-4n B 5 42�s!-_':�[! �y_}�:.-= i980 }�?3 :'7 ]1F7 i���Y1� —__._.,,,,...c._. '� 2i� �HJ.S; =::'" 1'�G�l-_'Ji: 31T47-0�ibP }li= . - -�.a�i-,_�i��ermt � n:,��.-=t�r '�_;[e;.; _ �co ��::? _ - ]:Gy7 r,�..��. 7= 1� 7'-ti?r:v - {u.Cu�=7r' `.1!30 3:".0 �' 311tl -�.C?�I��G:T7�[ir . 6 �L¢LA21}:'�T: ::fl4 IS:7� .r S�4'�!r� . q H4VI��f1f ��C9Fk75- �` � i���ui ��� # � �1�5��1� � R�r¢�a�n€r�7 Woric �� �b CriticaC a��� iixm� � �i�c�f �rzn€�a€t�9n€� �o��C � +� [tr�apt�d �9i1�€� �-+��.�3 -��a���.�o�r�o�:� �'�e� ���#r��cfi��aa �;�=f��� �+���da�� E��m��Ie t���s �t �te: �t�� ���6� �a�e � �� � �.L� .'S774 J� ��'I'4°I`i"I� ����;�1=��"IW' �IF�! . i � I _'_'} � i f � ! � -•—'r I I i -- --� _._.� f � __._.� "" ` "i I __1 i_ J ��� i �p�,, n °z CR� -j r'� n � O z "d O � LI] n d � m I m a � rn � � � O � � N N U � � ��y �� � � R Q a '� GV � � n ,.�'� N�O O !'H �y .� � ""j � � °z 'V � � n � °z Cp7 C � � C/� � m � � ^o � a' o � � �. cr � � � N +-a T� � C�ap��a1 ��4��r�r� E.aya� �as��n� Terr�rl��e �.�'p ,��-M'r F�rc�����°� �C�� �l���}� � ��o� �t t��:: z��u�-��s C� ��ez�� wztc t s�or,n - -- �-:, �.Th 4si+r __'0 ��!'a7nr�-0i�.}J ::�7 h�'7 ?Y.'!qa ha?xs - - P�r4np a3�7 -r�:ycn ie�� Mo:.�rr:�� 3'7J -'xl� ' " ... a=so ^t���,uk ]Ya' Ca:r.� ! 7a�c 7t=i3Ca•n��b €r_� s T.._ wa�Rsi�+rm _ v�,' r�ar�• - _3�7 �} f' a7�_r a'e [-:�..cir> - --. 33.}7 7#r_P�rrGntS?' �7 .s�: t:c'.VF€-3"tvL-}1='ia7:�r=rgs 3-'..-.-.] ..�lr��ec-�`=i`iL-32'�3L_3:�=ati'jC,�S 3_'�� �LL= K3kT, ��17A__ _ �iYaM1Q 2 ]Vi G `.1G'r�' 338: :�pi�:tA �.�_i ���� - ,'�7if� ;T9�YM1"Li�E _ _ _ _-._ L!3".� !�: ��rrll :_�'=_�.��.i'r.r��51�fi2 �a 4h4�?{]i" _ :�J;l �4'r=[i' _ _ a`1'+ +I'iMS7S7f• a�,�3 {7x;lciF.?uz1_lei$�aK6 Ba�R l'7�xN��3+YS�u��IC�Co1��tlPL�tkL1�'S�6�5 ... . .. , ''" " "' ' ""_" ..-. ��i=LC]N �L`3. Y;9rR�kA� sj �o�r_�t c r�c�av� cn Contr�x� �knzrou ;,.s$d�¢ SFy■ey' ii:9 �4N2"_=iY.�X..�"i��#dCC7CF�soT� _ GbbtraeiCfas�oy+ . . _ - _9,i�_�7� :'�rske.�oan _ � A�t[�i Y�a� 8 � I+�i�E?S�o� � R�aTn�� ti�f�r�s � � Cr�ieal €� � i�°iiica� ��ainir�'Ndcar� �a � C�n� N4i1��€� - F vti• I TJ I "'�_ [ FFr�f!� � I �,Jl{ i F � I � f I41-I_I �ar�C 7i i3 34,4�:-0i=_ ���5u :G70 � , I i+�� . -�- ���g-7:,i �e�..�a�=zeie s,�c _... _ �� ` t,. ... _- r-- -._�_ _ i.t�r�7�u13 7'-53�-:G1E �'a=C :ZtC �� � i � � I 'fn.:3Ert'3�E i8-Sa}7GIG S�y86 `-'Ci.334�% E e a 'Q i��y.��+i =_�e�:oia E7 -4 --- - i' __ :C- �ay.c� �" a�a0.3tm� a_iC _ 4T . _.._ Y _ _-- _ 3=-C�� - .:50-'----'�.;. . dir j .. __ � =9{:'.t'.lc =flFtihS�_ "" ".C�} 3�;.�. .F+F � � `'J 1=-rJ: .�]'- i--Ct..:�•%� ..- ---,�c� .. �IF� ��--� 'id1 i�5 tk-tz•-:]1i �•�e[�-�u15 }=8G 3]'F� ... 67 I I .,..,�,,, , � -��-- -�-[>s-±4'i: ;-_ A,=-f� __ � ,��_.. �__.._x 1•_1 t3i I4�-d=C�•." :�.+,L'-"::F L �p 55 1A�'_x�-77,f _-;__�� In C � � — : 9 I�h..d_-u71'. .?4.T]-:��1"� :_1IF_~�O x��- , � �--�-�---- � � :'T-:��:7e _2drL�=.+c 33a[ .S'1�'4 ��--'_! -� T---': :__-.._�i�2 .a��a-='"- ===�' �'-" �' i - r 2i9 3k7�C�:4!L' =!$hCr:']'.F w3:i6 13:C �_" ' -""_ -._.. _ .... .... . " ' "-". —.. ,...,,, i__ � ' 75 it xo-vt,�a,E 1�Gacc�ix �ae0 �: a ' : -"-'_--"".. . . .. - ""'.. � __ � :n7ata,� --vrr_��o :33:0� .s3�o� � ; i 6� v� G'.�-3.C7a :�+y'-^ -L —' # "._�_._..^{__ ' - --7i '-7tl � C' St_ v[a •5.=!�a:'� �ae'�p � :338C 7 j iG Itl z-.�ti�Y': abF�=-�' .b:i717 �s3E: C � i ' '� �a-F;�'.7 I ] i74^F&ar-2@7 U �3350 'F�',4i& ' ._�-�J_...»._ �.0 '.0 -bMlb'.714 .�7:sr-^_t�1= 'J!3'A �j3TG 3 i _'C. , .Ifi I �h'�^:71i .'-.4?f-7y:4 ta�74 ],liw . � � _ I .45 � Jl'J J J f�"I�'�I� "I [`�� - -- --• I .�i _ S•- �F.»._.t--------+ � •-•i • -- .__� •_-- i i � _.w--._i--------� � � F I j � �i»....., - i _ �'..---�-- ----a' 3 I � C 3 •'-,4pt:.�= ;6'IH �E6 � '_'_"- " """'- 7e 2i! a2�,a�- .'_ =^_,�uty'- �`: ' v]�Lla}-;�� �.4l3rv]!'J '_6CG - -- 7G !4 ::�iF•:C'F --�[ki-�:'.- �l:L'_x3G0.731L E:'.S' ._ #R 1f���K'E =e�.fa�7.4�a lslk �i:"34 � A Oy-::C-�C'� 75-S:LrI= �:ScO -LdIR . D 7`r-"iF�--'G b577 �-uC.=15: 1:� 1�"_' LE:�f-:'}�= si�CP[._�1] 7}a 1]G y5-^,r.:t`-- 5-�d��ii} ! 5 ]d-J�:. . .,w�adCe3 : .� �-�-.is�="-= 5.��rF'.Ci: 35:C _�__ ��: ^,���.�: ,=a�-:cia ���"- 'dT 7C _ t_ Js-�'= _ 73-i4'r:.l _� 31:.G.L:�7 �iv � .. � 1 I � C� -j _ � �_.........F ---- S .'E--- --- --" � �-------. �... i � t � _.'-1----' — - � '--- TS _' F�..."J"'..---. _-.� �..-�--#---'_ _"_� s� I , € ; ? �� - - � �� ? �XP-4�� - �e��I��aanc���a�i S#se�f ��c��ss����i�u ��se3i�.�e �c�i�sl�le ����a�e ��R�' ���T� a � i/� "i C� �-3 °z 'Ti � C�i � � n G � Lrl I � � � -o � � �� w a 'b ^' �n C� � v, m -- ��� �'z� �-ro '�'1 � � rv'. (] � �za N � � � n� � z � b m � � n a � 0 z d 0 n � � � ? � � �� b� o_ � � 9 � �- �� .". �. � ���1- G�pi�ta! C����t��� La�u� 8�it�e T��te ��is��� i�: �iP-�"�B ��f P�i� �at�- �iu� �[1�8 Pa9�3�3 I�rr� r� YliC -uT. .�..� ^ _ rn � �'�l �'i��i'i�i'��i �I�1I'44Jj� �`i��`����[�"•��tii��� Pia� �--1---.�`._._---- —._t���. __._� 95a4 _ t� � � — ?1R � `_—"_"' ' "T��' _' Sr!fi� � � -- ...,_,_:�, � . . � . '� . KSYI7L' �4�-+F'Y'6a! i i}�--I-.-�� �� i r11=Fl1 I��[Y-!-7i �S�G C,��6�`P!!I;lGGYd41D"x1CrJ�GPr��-SS� 7E ]= 1�.LF�Of3 1�-�e43�:]iG 9177 i73G ��SEea�CiFR'FNPaM�lfl5h`C J$ 0 +'Si7Cr=::= 31�� _ � ---�-- � - —�_...... _ . __...-- -�- --,i�a' F-Fcv�u�-�cu��in:�ae�F�a y� , ,a+Nvr:ais ,�rso�a,s 4,36 �ii� =ratr.a:.�C��:l��: R_ 4 1:_h35r}[ia 5�ap — .. � � — ---- - ' --. .. .. _ -" -- i1EG �SL��'.�fia�C ...� 1 17d5fG�:]i ��-6P'a-'� 1 � � �� ��� � � }����dlin9 4Viq�k '9 �l c��i €�r�ta�i�� +��rfc � � I���ae a �•�icai �'i�or� '��P-�'�.� - I�e.igF��a�°'�aad. �t�e�e# �c����tTa��it�� �i � ��d ��e�ar� ��.��1�� S��a�i�u�� ���Te J �,'I �, n z° � -� z � n � o- z ro � 0 0 z � � � � n � r� � i � a � m � � �o � � N °� r � c� rF, .- O1 32 16.1 COi�ISTRUCTION I'ROGRESS SCHEDULE—BASEL.D�EEXAMPLE Fage 5 of 5 1 IND OF SECTION 2 5 Revision Log � DATE NAME SUMMARY OF C:HANG� .Tuly 2Q, 2D18 M. 7arre1l Initial Issue May 7, 2021 M Owen Revised name due to re�+ising the schedule spec�cation CT`T'Y OF FORT W ORTH STANDARD CONSTRUGTION SPECIEICATION DOCUMENTS Revised August 13, 2021 �Tnsert ProjectName] [Inser# Pmject Numbsr] PAGE �S LEFT BLANK INTENTIONALLY O1 3216.2 CON3TRLTCTIONPROG1zESS SC1�17ULE--PROGRESS EKAMPLE Page 1 of 4 � SEC'1`ION 013Z 16.2 2 CONSTRUCTION SCHEDUL.E — FROGRESS EXAlVIPLE 3 PART 1- GENIIZAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting th� progress for the project. This �ersion af the 6 schedule is referred ta as a"progress" schedule. This example is intended to pravide 7 guidance for the Contractor when developing and submitting a progress scheduie. S�e 8 CFW 5pecification OI 32 16 Constructian Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 I1 12 13 14 I5 ]6 17 18 19 2� 21 22 23 24 2S 26 27 C1TY OF F�R�' WORTi� �]nsert ProjectName] STANDARD CONSTRUCI'IUN SPECIPICATION DOCTJMENT'S [Insert Projeat Numberl Revised August 13, 2021 � �'�� � � �C O m w p � � � w °z � � ;[° �x � tn '�y � � n � � � O � � � � � �Nt� 'c1 :3 o 'o �� a, z� ��� � .�. ��� - ���31'�� ��f1�2� P�'��G� ��; ��P-�I � � E�yo�� Pr��s ��53�€� � i �--,��e: -- 'a#,n`'^� — 'i SF- � j. �tr4i�_}wd�r ie�vr_�rcn I � I� 6 :��s�i�-'�C�Dili]'7Ct$�i(Yd�.iCi:i�{H5'i¢�SLhL�Y1Ri��C3S5{ir`_2�7.L���; �]_ #, — •]-rt'�.�'' .v --., �=�F::1Fk Repo�# P�int �a#�:: 2€�-.�e�r�-21�� ��e 1 t�f 2 � I �� � � -� 1=={C-�}= 4�� —� lS•I �240.^.�'��� 37 �t L'ti ��=]5' :3Y.�}.={•r �-s�'-s=1{Ik rkKS'���!y _, E �7L� •�'�G�.,�r :-�U76i �l C ��0!. -�T- �1; �"'Jai �=1[h _ G� . _ .. . : ��- -----� . _...-- — - - .. �io s�;�r.�er��r��.7w�rsz��a�a��P�r'Aa=.N�rr" ta e � �ti=os =:,�:•...-s_ ��,-�,e �c,+p�.����t.=_ ,�-�e_: iT *�G yi4v�n rir_wgn " ... _._._ _ . - - -��--- '�—�-' _ uti ��•:=::'"s =�Y��ic 4�,�•��sc• 9.`-�FtiO'a, �7 �C "TLxI��-�,Am1�r,?L�aT.�t5Fhr3:nC 9 a �}7:. "�rtE.i! "asp'..1_�, T�-w�f-::[=,4 1:�=�"$ [3 b$�6 =!ti]r,�Tal.-�'m.f.�acfJ!!9f* f _ 'G�7. =�tA'��"�r. '.��^G''--1$ 7?RDr-_:`-2A #5*�:C'y 8 .^_±L` 1JlGll�.'�.}.l ..._..- ' �'_j �', -,=C'''ig'5 �s! �.'_ I:sTi-'.'.75r. 'E-++"-m=4�. �` 6 �,,.,..,.«..�.�-.� _ ., •� �- � - �� li��``'���� 5= ,:JT.C47[r. :3_� : i7 'lti C}I�.ir=':': Li j�r_.L5 C'a.'7Y:'rT' 'E%i13--� 1: ' Sa�±it -- — =] 5C h;��o�J",. �,�e[-=aiw 9�1'aP:�i=_ �=-��1i3 '� - Yper�9s�au �l �. Cr+.��,_ �.:�n-=7,t �ia���-1, Y.��--si� 0 . �:r r.!��� � -_o� e o?ti C;�r:�r=[.,, �*.iv�r=�=' .... . � —_ �3�1"S 7`�4'r47�r -- �' ;] 1C OS ��lf.l�Slv .i-Y.'�r.=C'] �'.a.'3'r.J:3 =-fJ�r�2t:: 7 s . . ........... -�---� .. . :C�t ,�r_-r���r.a�vl6e5 ---- � `s o�. �r��:C��3 =i���,-��= tur�--���� i�.�-�Gi= � . . _.. . .. ` :G:'1 ?Lz=�lr+'{Silf ..�. �__ _—"� �.�•�..rFtl'.i =!�J�'I-.7:; '-"-�1r--1_ :-.;4'�-7!C � a Paiirg -- -7�j 1S .}JJI.-7e 7�},:ET�,• p�.��L_r1E ]G��'1'7� 1�] 3 =L'7 S'�,�t'� # . uF.�:}_al-2:IE "-3�.0 ==�c Cfr--�;I.:CiC I"� �1_ 11: 2 'U=�] -.�.�'�_f� --#'^" ' —u7. ''r.clF:3i= �_]�J_��=.._ :r���3SIC �1'r.'r�!= n: � 2 ._ -- : - -- � � �� . .... � . . . _. . .�".<7 �!i'f+' _ _ _ ' — _' :ti :'l.�'JIkJiR _11J��.'1' iS..�i-�}E .�r_��i3 IlM _2 ��] "id..Y=15 �7 �' 'J� Fisl%4=�� :��.i��'I' Lyyk:3�i= :r+�i:;��ri�� �k: _2 � 'n 7S --y�,}-f.1! ,:-;.,?f':=1• "�,a}til: ��ti_7i7 {aJ �2 '�.:. i � uG - - - � � — '4=7 ;�'-C�r.�l-- �7 . .... .=-.eo-_=1: C?�:z�-_ ;�.. �� SUerq? n] 1}� :��76ia �a-er�=Li` r�lcn:a'a ��:zl � � 1Y�Yb51�t1Y � � �=kF :41= �* �tlr�.. �-l�r=� �S �.�: :.'"-C E7 7 �It P'. :Sr,r.r yl�'. 'rdi.- :�! .,-:6'ti:'. i' �-=[F" A 1 ����: r�v,� _ _ .. '" . .... '_ _'.1� .ww: alra�iurvf[!f — —' ' _—�i - �6". �,.tA�� I_ ��i��ry"i i='•-.il-` ]'.+='�=[''S 0 _7 . .. , -- .. . '..r .._ . ..__. _...... ._ ,- � es -' 7,= -71� - �---'.I�"."�a�]�c-: 9- �2 -- 5�2L ��=�s.trS't''� -,�, �.�:.-- -_ ._ . -'-�•��� . - .. -- �- .. - _ .. . - — --------' -� .. ,-: - .._.._._ .�.. 3�'r'. �3":rxf2'7��34'42F 'J = 0`'' �!--4L{-=i` --':w =_-_ _:1y4'ti'=71! �:[Y`a'r'-P' __ d _ 2 ll� ir.oar.i ��E731r - - ^ —�_����— � �S �ST1.�::1! _;�,�;-_'-_ :i�ir+-�1' :'�M}:4': A 3 ��a� 'CtitY]�hlf.l��.{WToS 34 � Ot ��-ilt''-]:'1$ _. �_ti=i%= �xA1=-1: i3-.:F�}-'717 �' �' Fa-ing �9 � :.`{P'-�ta �'J��� I'. ��tCi? To-aasLLh TT _ 3 �1='] `�7+'ioon - � — S . :S :' �iL[a i-��1F GHiG�C-: a t#�1" E, = 31�.1 �7b�`*�I 5 v '.PS 52-tY':nt�t� €9-{.}:[€SB +��-C�;I..G'-i 'h-�6��1E 'r� � .'7S7 �i.�l� TF3 R Uk :S-Cc-:.IdS6 =�h`�.;'Pal�' 17-0si�-o•.i t' Wv{�?.i3`-d T. 3 3+�' �i�[W:rik 2€� _t ?3 C.�4'.�2Ci1b 4i.tr��,§18 z�{cy=0;si 23,wa�:"-t TZ 2 �"I�^ C��v�+ _ g�J 1= 64 77�a�.�18 ';'[�G�Z'`�b4 Z1a�ta.-�[La C�a�tC+.[ Ti _ 2 lix0 M�:�Crn'd1A tl t _4i. '4-C���s&f� �� Je. ��cC`.; ^_ 2 5V[�ec1 . . _ .._ ,_ _. _ . - . � -0E - ,.]d-2.e]-'...1+�6: :�S'! �777 3[-�.'.Ge3 � _ V�ri�mn e� I7 '37�Ag�75� ��556e-`.L�1 ��:.117 "-z+i=P74 _ • �7 �-otiW�* c a ati a,�3-�'�[ ::-;rr::�.. ,�_2.i= a��w��,� 7 - a ti Ow .-i-x}."�r�! e,-..�o�1L :�Irt:{13 Y�iL�m�9 4 � �C�l�� �$E�'�G ♦ � i�L�ES�I�.' r ���a�is�itt� 4�'�r�k t � �rit�ca� �51Ie��� I■■� �riiic�C €��n9 �� �' �' ���� ��ne +��-(�� - �Tfl����so��noc� ��j-e�� �`�s�t���tna�� �'����re�� �c��d1�T`�� ��a��� ��' � , _' �� � �� n %. � �-i � a O `d '� a � � � �1 d�'" C�7 I '� O � � "C � o N N � w O � � ? frb N Dl �216.2 CQt�fSTRLTCTIONPROGRESS SCf3EDULE-PROGRESS EXAMPLE Page 3 of 4 1 z � �i `� � � � � � � L� � � �_ � � ii = i � —Ea—;r��T � � � �� . . . � "" T'__ 1 � I ,v---------1`--•-- -' - -- - - ---- '-'--._...1 � _... i ......» _. --•----- 1 '- � 61.� -H rl�YrlW N N M q.l'I IY iilii i� i?'NiN �.I'�t �- -�3�{ry;�'1' �# I , I '�,^� ������In o:n:ann�la� nv�or.�r+.�l �J'� � , i �� � FI��] `� � ,. � � �; �; ��j :,1 � F: �� g � �!�`� �r � ��� ������ � � � � �'�� �' , ; �!� � ,t � � � � .��:r � ;� ���� �, �''� 3��;� a...,. N . , . , ����_IA��� ., �.,����Rm�,._�;:.,'.:^:; p; ti } ; � c� F .; e� �F f� '] 6� ;' r �.'^�:i :�.� '; :t � I� �, � �`� � � ;� i+:� � 2��� � ��� � ; F � F o�'�,' P� i � ���` ���ti : � :� �. � ��LL . �� b.. .. � � � �, � .� L;ti � �,�L.� m M �.�..,.�. .,. �� �,�i' � ;����� �`�;�j���:�-������i°;F�,r��� R ` 'i �, � i; ' }� �''Q r u �,,�i�. � h ��r�ir-fuu+� �� ���}�{rr'i� � � �i� . ., =' i � � :I �� � : i5 u �� :�i :: �1 � i '�`- I': .� - yS : .:� � . � — .� I , � , � .a � 'Q In � c� 90 s1 _ , �' � H] � r .. �+ : Ji J� J. � '� � �• si � :i�� �' ;� � i- � Rn a +{.5 R.� � " �: �� k {aA k�V � 1'S J S i I} C L� '� I�r IF4 � �p��� � s����i.i�� �i�.a ��I��� rL in if ; n • "��� �� +� ��� 6 ii O 4 4 � /� � �I� r � S � ��.� 6 �a R � �I, '� 8 � y� �i�yi Yd �: �... 7� w'W�e`� �, r`i v.:°i:� c'z i.��.;:'�.. � �` — R.�rl.i f� � � �,'�' �+.'��� "a � r "F,� =! �i�'s'Ic+�" .l � � � � � I I� � � � �� � �� � � � �� � � ��' I� , � � � �� I �� ' �� �, �� J J � I�� ,� � -� �� �; �:r , � � � � � i � g � ��� � � ^ � � � �� �� '�I�t u�y �y� F'�f� � � � . �'��� � i� � � � � S ����:7 1= :J �:I�� v� �.�i �R'�U � �.i � C� j .I"�1 �i y; � i � � � � � � �� � ��JCIa � � ,� E , CTTY dF FORT GV'ORTH Si'k�lDARD C�NSTRiICTI�N SPECIFICATION bOCUMEIV`I'S Revised August 13, 20� 1 •� �i'i4 �'4jf`l�bl � wvo'ii�� � f� �;r � � a �F s� ��� ^ i k� ^ri�i� i � � �, ���. ,���'�� �; � �] � ��; � � '� '-' ' �� ei :x � �t' 1� :� y `� �;; � � ��IA��� ' ` I �T � ' fifiY� G 6 O,P;9 �y � �� ���. ,���a���. I _ E � � � � � R �;�;� ����� , �,� � �' �'n S b ��rn �� au� � � � � 3��:� ., 1; �t J I� �y� I i, . � r� �i+Y rtNpN�w€r+[N [ 1 �x u�� �I n a oln:4 ain: � I* T M1�p�rl �'T r5 A n 6 u r..i�C{'] 4 r�� ,�, : � : � � Fi ? � ,� �-��,;�I�:� �, �� ., � a� a a ,. ���� ,�, ;I:�i 2� 11 }� .� r�'+ .#� ��' � � � � � � �i ��, � � Q.I�!���,��.' �• � �� � �{:�;�;��� � k�j Z � �'� .T V I?=� �; :� �'!� ., . �I='I�'. Jq� �} VI V� Jca �� �j � �.fl � f � � ''I ��� ��� �b��� �� �� � 4ti & S a'���:��� i I �IS �6 .� . �N µ}� ' - _ MF nll� I � . -��� +�i �i� iii �. ii5 �� rs r ry_ I I . I � � ��. �� .�� � � �'�'� � � � ��/� � ��:�. ia �1 F � ��� � E;. �Y11±±� ���ppp � ��:� ; ��:�'j � Y 2jjj;;;` IL �7:V �I �] 8 i [L'I��.0 �� �k� �'�� ���6����;�� n; �:��� I���'w.$I ' �''rlr!- � i � �i.� �.i � � � � � � F� .*-et, � -� � � �� � `�� � � � �� � � � � � � � �� .�, ��,�, �-+1 W � h . � r.y �S � �� 5 M� � � � � c�� �_ ��� ..� � � � � � � '� � ;� � � � � � � I �� [[nsert Pro}ectName� [Iosert ProjectNumber] O1 32 16.2 CaNSTRUCTION PRC7GRES S SCHEDULE — PAOGRES S EXAMPLE Pege 4 oi4 IlVll O�+ SECT[ON Revis i on Log 6 DATE July 20, 2018 May 7, 2D21 NAME M. JarrelI InitialIssue SiIMMARY O�' CIIANG� M OwEn Revised name due to revising the schedule speci�cation CITY OF FpRT WORTH STANDARB COI�STRIICTION SPECIFiCAT'ION DOCUMEN'I'S Revised August 13, 2021 [Insert ProjtxtNeme] [Insert Project Number] 0132 16.3 —PROGRESS NARRATNE Page 1 of 1 SECTiON O1 3� 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Project Name: City Praject No: City Praject Manager: Datelssued: ContractorCampanyName: Contractor5chedule Contaci: A. List of activifies changed in the reporting periad. 1. (insert �ext here) z, (insert text here) 3. (insert text here) 4. �insert text here) 5. (insert text here) 6. (ins�rt �ext i�ere) B. List any pote ntial delays and pro�ide mitigation actions 1. {insert te� here) 2. (insert text here) 3. (insert text �ere) C. List any actuaC delays and provide recarrery actions 1. (insert text here) � 2. �inserttexthere) 3. (insert text herej Ciiy vf Fort Worth, 7exas Consiruciinn Project Schedule Narretive Repnrt for CFW Projects Hevlsed Augustl3, 2U21 Page 1 of 1 PAGE IS LE�+'T BLANK INTENTIONALLY at3z33-t P�co�vs-rRuc�orr vin�o P��� � Qfa SECTION D132 33 PRECONSTRUCTTON VIDEO PART1- GENERAL 1.1 Si3MMARY A. 5ection Includes: 1. Administrative and proceduz'al requirements for: a. Preconstruction V�deos B. Deviations from this City of Fort Worth 5tandard Speciiication 1. None. C. Related 5peeification Sections include, but are not necessarily lunited to: 1. Division 0— Bidding Requirements, Contract Fornns and Condrtions of the Contract 2. Divisson I-- General Requirements 1.2 PRXCE AND PAYMENT PROCEDi]RES A. Measurement and Payment 1. Work associated with this Item is cansidaz'ed subsidiary to the various �tetns bid. No separate pay�nent will be allovwed for this Item. 1.3 REFERENCES [NOT U�ED] 1.4 ADMINISTRATNE REQUIREMENTS A. Preconstruction Video 1. �roduce a preconstructian videa of the site/alignment, including all areas in the vicinity of and tn be affected by construction. a. Provide digital capy of videa upon reqliest by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBM[TTALS [NOT USED] 1.6 ACTION SUBNIITTALS/INF�RMATZONAL SUBMITTAL� [NOT U�ED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] i.8 MA.INTENAN CE MATERIAL �UBMITTALS [NOT USED] 1.9 QUAL�'Y AS�iTRANCE [NOT USED] 1.I0 DELIVERY, STORAGE, AND HANDLING [NOT �ISED] I.1.1 ��ELD [SITE] CONDITXON� [NOT USED] 1.12 WARItANTY [NOT USED� PART 2 - PRODUCTS [NOT U�ED] CITY OF FORT W4RTH WESTCREEIC Cl-IANNEL MAINTENANCfi 5TA]�iDARD CONSTRUCTiON SPECIFICATION DOCUMENTS CITY PA07ECT ND. ID3D60 Revised July I, 2011 ot3z33-2 ea�eoxs�vcTrorr �in�o Page 2 oF2 PART 3 - EXECUTION [NOT USEDj END OR SECTION Revisian �,ag DATE NANIE Cl'�'Y OF I'ORT WaRTH STANDARQ CONSTRUCTION SFECIfTCATION DOCUM�TS Revised July 1, 201 l SL-MMARY OF CHANGE WESTCREEIC GHANNEL MAINTENANCE C1TY PRO]ECT NO. ID3�b0 �1 33 00 - L SiJBMIT'FALS Page 1 of 8 SECTION 0133 d0 SUBMITTALS PART1- GENERAL 11 SUMMARY A. Section Includes: I. Gener�l methods and requirements of submissions applicable to the foliowing Work-related subrnittals: a. Shop Drawings b. Praduct Data (including Standard Produci List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specificati�n Sections includa, but are not necessarily limited to; l. Division 0-- Bidding Requirentents, Contract Forms and Conditions of tIie Contract 2. Di�ision 1-- General Requirements 1.2 PRICE AND PAYM�NT PROC�DURES A. Me�surement and Paynnent 1. Wark associated with this Item is considered subs�diary to the various items bid. No separate payment will b� aIlowed for this Item. 1.3 REFERENC�S [NOT �CJSED] 1.� ADM�STRATN� REQUIREMENTS A. Coardination 1. Notify the City in r�riting, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Docu�ents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal suf�czently in advance of performing the relaied Work or other applicable activities, t�r within the time speci�ied in the individual Work Sections, of the Specif catians. b. Contractor is responsibie such that the installation will not be delayed by processing times including, but not limited to; a) Disapprova.l and resubmittat (if required) b} Coordinatzon with ather subrnittals c) Testi ng d) Purchasing e) Fabrication f} Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Cantractor's failure to trartsmit submittals sufficiently in advance oitha '4�lork, C1TY pF FpRT WORTH WESTCREEK CFIAIJN�L MAINTETANCE 3TANBARD CONSTRUCT[ON SPECIRICATfON DOCi1N1ENT5 CITY PROJECTNO. 10306U lievised Decem6er 20, 2012 013300-2 SUBMI'1'I'ALS Page 2 af $ d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in tha Work or in the work of any other contractor. B. Submittal Numbering When submiYting sh.op drawings or samples, utiSize a 9-character su6mittal cross- reference identification nunnber[ng system in the foIlowing manner: a Use the first 6 digits af the applicable Specification 5ection Number. b. �'or the next 2 digits number use numbers O1-99 to sequentially nurnber each in[tial separate item or drawing submitted under each specif c Section number. c. �.ast use a letter, A-Z, indicating the resuhmissinn ofthe sarne drawing (i.e. A=2nd submissian, B-3rd submission, C^4th submissian, etc,). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 3d QO is the �pecificaiion Section for Concr�te Z) 08 is the eighth initial submitial unde:r this Specification Section 3) B is the third submission (second resubt�aission) of that particular shap drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior ta submission to determine and verify the following: a, Field m�asureiments b, F`ield co�struction criteria c. Catalag numbers and similar data d. Conformance with the Contract Dacument� Provide each shop drawing, sampie and product data subznitted by the Contractar with. a Certif'ication Statement affixed including: a. The Contractor's Company name b. Signature of submit2al reviewer c. Certification Statemer�t 1) "By this subrnittal, I hereby represent that I have determined ar�d verified field measurements, �eld construction criteria, materials, dimensions, catalog num�Zers and similar data and I have checked and coordinated each item with Qthar applieable appraved shop drawings." D. Submittal Format 1. Fold shop drawings larger than $'h inches x 11 inches to 8%2 inches � 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Descrip�ion of Packet 2) Contractor Certification b. List of items / Tahle of Contents c. Product Data 15hap Dt•awings/Samples /Calculations �. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WOATfi W�STCREEK CHA�fNEL MAIN'I'�NANCE STAAI DARD CONS'I7ZUCTiO1V SPEGI�ICAT[ON DOCUMEIVTS CITY PR07ECT iVO. 1 �306�1 Revised December 26, 2012 013300-3 5[JTiI411�'TAL5 Pagc 3 of 8 2. The Project title and number 3. Contractor iden#i�cation 4, The narnes of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the produci, with the Specification Sectian number, page and paragraph(s) 6. Field dimensions, clearly id�ntified as such 7. ReIation to adjacent or eritical features of the Work or materials 8. Appiicable stancfards, such as ASTM or Federal Specification numbers 9. Identifcation by highlighting of deviations from Coniract Dncuments 10. Identification by highlighting af revisions on resubmittals 1 l. An 8-inch x 3-inch blank space �or Contractor and City staznps F. Shop Drawings 1. As specified in individual Work Sections includes, but is r�ot necessarily limitecE to: a. Custom-prepared data such as fabricaiion and erection/installatian (�vorking) drawings b. Scheduled information c, Setting diagrams d. Actual shopwork manufacturing instructions e. Custam templates f. 5pecial wiring diagrams g. Coardina#ion drawings h. Individual system or equipment inspection and test reports inc�uding: 1} Per%rmance curves and certifications 1. As agplicable to the Work 2. Details a. Relation of ihe various parts to the main merr►bers and Iines of the structure b. Where correct fabrication ofthe Wark depends upon feld measur�rrt�nts I) Provide such measurements and note on the drawings prior io suhxnitting for appro�al. G. Product Data 1. �'or submittais of product data foz' produets included on the City's Standard Praduc# List, c�early identify each item selected for use on the Proj eet. 2. �'ar subrriittals of praduct data �or produc#s not included on the City's Standard 1'roduct List, submit�al data may include, but is not necessarlly limited to: a. �tandard prepared data for manufactured products (sometiznes referred to as catalog data) � 1) Such as the mariufacturer's product speci�cation and installation instructions 2) Availability af colors and patierns 3) Manufacturer's printed statements of campliances and applieability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) 1'roduct photo�raphs CITY OF FOI�T WORTFT WE3TCREHK CHANNEL MAIN'I'ENAf�CE STANDARD CONSTRUCTI03+I 5PECIFICA`PION DOCUMENTS CITY FR07ECT NO. 10306D Revised Dacember 20, 2012 0��3oo-a 5UBIvIITTAJ,S Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and aperational-range diagrams 9) Productifln or qualit}+ cnntral jnspection and test reports and certifications 1 a) Mill reports 11} Product operating and maintenance instructiot�s and recomrnended spare-parts listing and printed produci warranties 12) As applicable to the Work H. Samples L As specified in individual Seetions, include, but are not necessarily limited to: a. Fhysical examples of the Work such as: 1} Sectinns of manufactured or fabricated Work 2) Smal! cuts or eontainers of materials 3) Complete units of repetitively used products color/tex�aralpaftern swatches and range sets 4) Specimens far caordination of visual efFeci 5) Gxaphic symbols anci units af Work to be used by tha City for independent inspectiar� and testing, as applicable to the Work Do not start Work requiring a shop drawing, sample or pz'odt�ct data nor any material to be fabricated or installed prior ta the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or an-sif.e construction accomgiished which does not conform to approved shop drawings and c�ata is at the Contractor`s risk. 2. The City will not be liable for any expeinse or delay due to corrections or remedies required to accannplish conformiiy. 3. Complete project Work, materials, fabrication, and installa�ions in conformance with appro�ed shop drawings, agplicable samples, and produci data. J. Submittal Distribution 1, Eleciranic Distribution a. Confirm development of Praject c3irectory for electronic submittals to be uploaded to City's Buzzsaw site, or another e�fernal FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated pro�ect d'arectory and notify appropriate City regresentaYi�es via email of submitta� posiing. 2) Hard Copies a) 3 copies for al! submittals b) If Contractor requires mare than 1 hard copy af Shop Drawings returned, Contractor shall submit �nore than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory �.nd notify appropria#e City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all su6mittals d. Samples 1} Distributed ta the Pxoject Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) C1TY OF FOItT WORTH WESTCREEK CHANPFEL MAINTEIVANCE STANBARD CONSTRUCTIpN SPECIFICATION DOCUMENTS CITY PR07ECT 1�i0. ] 030Gfl Revised I7ecember 20, 2012 ni3sao-s SUBMIT"TALS Page 5 of 8 a. 5hop Drawings 1) Distributed to the City 2) Cnpies a) 8 copies for mechanical submittals b) 7 cogies for all other submittals c) If Contractor requir�s more than 3 copies of Shop Drawings ret�2rned, Contractor shall subznit more than the number of copies listed above. b. Product Data 1) ❑istrtbuted to the City 2) Copies a) 4 copies c. Samplss 1) Disttibuted to the Praject Representative 2) Gopies a) 5ubmit the number stated in the resp�ctive Specification Sections. Distribute reproductions of approved shop drawings and copies of ap�roved product data and samples, where requirad, to tt�e j ab site iile and elsewhere as directed by the City. a. Provide number of copies as dir�cted by the City but not exceeding #he number previausly specified. K. Submittal Re�+i�w z. 3. 4 The review of shop drawings, data and samples will be for general conFormance with the design concept arid Contract Dacuments. This is not to be consirued as: a. Permitting any departure fram t�►e Contract requirements b. Relieving the Contractor of responsibility for any errots, including details, dimensions, arzd materials c. Approving departures from details furnished by the City, except as otherwise provided herein T'he review and approval of shop dz'awings, samples ar product data by the City does noi relieve the Contzactar from hislhex responsibility with regard to the fuliillment of the terms of the Contract. a. All risl�s of error and ozz�ission are assurned by the Contractor, and the Gity will ha�e no r�sponsibility therefore. The Contractor rez3nains 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 perfQrming Worlc in a safe manner. If the shop drawings, data or samples as submitted describe variations and shovv a departure from the Contract requirements which City finds ta be in t�e interest of the City and ta be so minor as not ta involve a change in Contract Price or time for perfarmance, the City may return the re�iewed drawings without noYing an excepti on. Submittals wil! be returned to the Contractor undar 1 of the following codes: a. Code 1 I} "NO EXCEPTIONS TAKEN" is assigned when there are no notaiions or comments on the submitt�l. a) When returned undar this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 C`ITY OF FORT WDRTfI WESTCREEK CHAN[�TEL MAINTENANCE STATIDARD CONSTRUCTTDN SPECIFICATIdNi DOCUMENT3 CITY PROIECT NO, 103060 Revised Decem6er 2Q, 20I2 013300-6 SUBMITTAL5 Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirtnation of the notations and comments I5 NOT required by the Contractor. a) The Contractor may release the equipment or material for manufaciuxa; however, all notations and cornments must be incorporated into the finai product. c. Cade 3 1) 'BXCEPTIONS NOTED/RESUBMIT°. This combinatian �f codas is assigned when notations and camments are extensive enough to require a resubmittal of ti�a package. a) The Cantractor may release the equipment or tnataz'ial for manufacture; however, all notations and comments must be incorporated into the final pxoduct. b) This z'esubmittal is io address all comme�ts, omissians and non-conforming items that were not�d. c) Resubmittal is to be received by the City within i5 Calendar Days of the date of the City's transmittal req�iring the resubmittal. d. Code � 1} '"NOT�APPROVED" is assigned when the subrnittal does not meei the intent of the Cantract Doc�ments. a) T�e Co�.tractor must resubmit the entire package revised ta bring the submittal into conformance. b) It t�ay be necessaty to resubmit using a different n3anufacturer/vendor to rneet the Cantract Documents. Resub:�x��ttals a. Handjed in the same manner as %rst submittals 1) C�rrections other tha.n requested by the City 2) Marked with reeision triangle ar oti�er similar method a) At Contractor's risk if not maxked b. Submittais for each item will b� reviewed no more than twice at the City's expense. 1) Ail subsequent reviews will be performed at times convenient to Yhe C�ty and at the Contractor's expense, based on the City's or City Reprasentative's then prevaiiing rates. 2) Provide Contractor reimbursement io the City witlain 30 Calendar Days for all such fees invoiced hy the City. c. Th� nead for mare than 1 resubmission or any other delay in obtaining City's revievv of su6rnittaIs, will not entitle the Contractor ta an extension of Contract Time. 7. Partial Subrnitta�s a. City reserves the right ta not review subm�ttals deemed partial, at the City's discretion. b. Submittals deemed by the City to be noi complete will be returned tn the Contractor, and will be considered "Not Approved" until resubmitted. c. 'I'he City rriay at its ogtion provide a Iist or mark the submittal directing the Contractor to ihe areas that ar� incpmplete. 8. If the Contractor considexs any carrection indicated on the shop drawir►gs to canstitute a change to tlae Contract Dacuments, then writien notice must be provided thereof to th� City at least 7 Calendar Days prior to reIease for manufacture. � CTI'Y QF F4AT'UVOlt'1'H WESTCREEI� CHANNEL Iv1AIN'1'ENANCE STANDARD GONSTRUCTION SPECIF[CATION DOCiJIV�ENTS CITY PR07ECT NO. ] 0306U Revised Decem6er 20, 2012 D13300-7 3UBMIT"CALS Page 7 of 8 9. When tk�e shop drawings ha�e been completed to the satisfaction of the City, the Contractor may carry out the construction in aceardance therewith and no further changes therein except upan written instructions fram the City. 7 0. Each submittal, appropriately coded, will be returned within 30 Calendar Days follQwing receipt of submittal by the City. L. Mack ups 1. Mack Up units as speciiied in individual Sections, include, b�tt are not necessarily limited to, complete units of the standard of acceptance for that type of Wo:rk to t�e used on the Project. Remove at the completion af the Work or rvhen direct�d. M. Qualifications 1. If speciiically required in other Sections ofthese Speciflcations, subnnit a p.E. Certification fot each item required. N. Request far Infor�aaatian (RFI) 1. Contractar Request far additional information a. Clarification or interpretation af the contract dacuments b. When the Cantractor believes fihere is a conflict between Contract Dacuments c. When the Contractor believes there is a conflict between the Drawings and 5pecifications 1) Identify the conflict and request clarification 2. Use the Request for Information (R�'I) Form provided by the City. 3. Numbering of RFI a. Prei;x with "RFT" followed by series number, "-x�", beginning with "Ol" and increasing sequentially with each additional transmittal. 4. Suf�cient information shall be attached to permit a writien respanse without further information. 5. The City will log each request and will review the r�quest. a. If review of t�e project information request indicates that a change to the Contract Documents is required, the City will issue a�ield Order or Change Order, as appropriate. 1.5 SUSM�"I'TALS [NOT USED] ]..6 ACT�ON SUBMTTTALS/INF�RMA.TIONAL SUBMXTTALS [NOT iTSED] ]..7 CLOSEOUT SUBMITTALS [NOT USED1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1..9 QUALYTY ASSLTRANCE [NOT iTSED] 1..7 0 DELI�'VERY, STORAGE, AND HANDLING [NOT USED] 1.1.1. FXELD [SITE] CONDITIONS [NOT USED� �..12 WARRANTY [NOT USED] CTTY OI' FORT WORTH WESTCREEK CI�IANNE�L. MAl1VTE�IANCE S'I'AND/�RD CQNSTRUCTLOI�I SPECIFICATi4N DOCUMENTS C1TY PROIECT NO. i03060 Revised Decembcr 20, 2012 013300-8 SC]HMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECIITION [NO'T IISEDj END OF SECTIDN Revision Log DATE NAME 12/24/2U12 D. Johnso� SUMMARY OF CHANGE 1,4,K,8. Wnrldng Days modified to Calendas Days CITY dF FORT WDRTH WESTCREEI{ CHANNEL �fAINTENANCE STANDARb CONSTf2UCTION SPECI�ICATCON TJQCUMEIUTS CITY PRQ7ECT NO. 10306D Revised Decembar2D, 2D12 013513-1 SPECIAL PROJECT PROCEIJURES Page 1 0� S 2 3 PART1- GENERAL 4 11 SiTMMARY 5 6 7 8 4 10 11 12 I3 14 15 16 17 18 19 20 21 A. Section Includes: SECTIDN 0135 13 SPECIAL FA03ECT PROCEDiJRES The procedures for special project circuznstanccs that includes, but is not limited ta: a. Coordination with tha Texas Department of Transportation b. Woric near High Voltage Lines a Confined Space Entry Program d. Air Poilution Watch Days �. Use of �xplosives, Drop Weight, Etc. f Water Department Notifcation g. Public Notif�cation Prior to Beginning Construction h. Coordination with United St�tes Army Corps of Engineers (None required}, i. Rail Raad Crossings (None required). j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Staindard S�ecification 1. Tarrant Regiona! Waier District (r["RWD) for waterline crossing. 2. TRWD for progerty use. 3. City of Fort Worth Parks Department Land use. 22 C. Relatad Speci�cation Sections include, but are not necessarily limited to: 23 I. Di�ision D— Bidding Requirements, CQntract Forms and Conditions of the Contra�t 24 2. Dzvision 1— General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 1..2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measure�nent and Payment 1. Coordination within Railroad permit areas a. Measurement 1} Measurement for this Ztem will be by lump sum. b. Payment 1) The work perforiz�ad atad materials furnished in accordance with this Item will be paid for at the lump sum price bid far Railroad Coordination. c. The price bid shalI inclttde: l) Mobilizatia� 2) Inspection 3) Safety training 4) AdditianalInsurance 5) Insurance Certificates CITY OF FORT WORTH WE3TCREEK CHANAIEL MAINTENANCE STANDARD CQNSTRU�TiON SPECIPICATION dOCUMENTS Cl'3'Y F1tOJBCT ]Vd. 103060 Revised December 20, 2012 A:IARQIECT510 3 1 810 6 7-0 119I7ESIGM9-4 PRQJEC3' MAi�I[1AL SPEC�7CATIONSI190%ID1V O1VD1 35 l3 SPECIAL PHOfEC'C PROC@I�[SRE5.�OC 013513-2 SPECiAt PRO.[BCT P1tOCEDURES Pttge 2 of 8 1 2 3 �F 5 6 7 8 9 1Q 11 12 13 14 15 16 17 I8 6) Other requirements associated with general coordination with Railroad, including additional employees required ta protect the right-of-way anti property of the Railroad from darnage arising out of and/ar from the construction of the Project. 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work periormed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagtnen are present at the Site. c. The price bid shall include: 1) Coordinatian for scheduling flagmen 2} Flagnnen 3) Other requirements associatad with Railroad 3. All ather items a. Work associated with these Ite:nns is considered subsidiary to the various Items hid. No separate payment will be allo�ved for this Item. 19 1.3 REFERENCES 20 A. Reference S�andards 21 22 23 24 25 26 27 1. Reference standards cited i� this Specification refer to the curz'ent reference standard published at th� time of the latest revision date logged at the end of this Speciiica�ion, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, 5ubtitle A. Public Safety, Chapter 752. High Voltage �vez'head Lines. 3. North Central Texas Council of Govarnments (NCTCOG) — Clean Construction Specification 28 1.4 ADMINISTRATTVE REQUIREMENTS 29 30 31 32 33 34 35 36 37 38 39 ao 41 42 43 44 45 46 A. Coordination with the Texas De�artment af Transportation 1. When work in the righi-of way which is under the jurisdiction of the Texas Department of Transportation {T�DOT): a. Notify the Texas Departrrient af Transportation prior to commencing any work therein in accordance with the pro�isions of the permit b. A1j work performed in the T�DOT right-of-way shali be perfornned in compliance with and subject to approval from the Texas Departmenk of Transportation B. Work near Hi�h Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 500 volts measured between cnnducto�rs or between a conductor and the ground) shalI be in aeeordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warz�ing sign a. Pro�ide sign of sufficient size nnaeting a!1 OSHA requirements. 3. E.quiprnent operating within 10 feet of high eoltage lines wilI require the following safety features a. Insulating cage-type of guard about the boom or arm CITY qF FDAT WO12TH W�STCItEEi� CHANNEL MAINTENANCE STANDAItD CONSTRUCTION SPECT�TCATION BOCUMBNTS CITY PRO]ECT NO. 10306� Revised December 20, 2012 F:\PA07ECT510318ti067-0 L�4 D�S1GN19-0 PROIECT IvWNUN. SPECIF1CATlON51106%U71V U1401 35 i 7 5RECIAL PROIRCT PROCSDCRtESDOC oi 3s i3-3 SPECIALPRQ]ECTPROCEDURE5 Page 3 of S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 4I 42 43 44 45 46 b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requ�rements as set forth. by OSHA and the safety r�quiremenYs of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a, Natification shall b� given ta: I) The power company (exarnple: ONCOR) a) Maintain an accurate log oialj such calls ta power company and record actian 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 l�nes, or raise ar lowez �he linas c. No personnel znay work within 6 feet of a high voltage line before the abave requirements have been met. C. Conf'ined Spac� Entry 1'rogram 1. Provide azid foilow approved Confined Space Entry Program in accordance with OSHA x'equirements, 2. Canfined Spaces include: a. ManhoIes b. All other coniined spaces in accprdance wvith OSHA's Permit Required for Canfined Spaces D. Air Pollution Watch Days 1. 2. General a. Observe the �ollowing guidelines rejating ta working on Czty consiruction sites on days dasignated as "AIR POLLUTIE)N WATCH DAYS". b. Typical Ozone Season 1} May 1 through October 3I. c, Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. Watch Days a. The Texas Commission on Environmental Quality (TCEQ}, in coordination with the National Weathar Service, will issue the Air Pollution Watch by 3:00 p.m. on the a$ernoon pz'ior to the WATCH day. b. Requirements 1) Begin work after I D:OQ a.m. whenever construction phasin.g requires the use nf ta�otarized equipment far periods in excess of 1 hour. 2) �Iowever, the Contractor may begin work priar ta 10:00 a.m. if; a) Use of moto�ized equipment is less than 1 hour, or b) If equipment is nevv and certi#ied by EPA as "Low Emitting", or equipment burns Ultra Low 5uifiar Diesel (ULSD), diesel emulsions, or alternative fuejs such as CNG. E. TCEQ Air Permit 1. Dbtain TCEQ Air Permit for construction activities per requirements ofTCEQ, F. Use of Explosives, Drop Weight, Etc. 1. Wl�en Contract Documents periz�it on the project the following will apply: a. Public Notiiication CITY OF FORT WORTH WBSTCREEK CHANNEL MAi1VT�iYANCE STANDARD CONSTRUCTION SPECIFICATtON dOCUMEI�ITS C1T'Y PRd7BCT NO. 103064] Revised Deeemher 2U, 2012 F:IPROJSLT5 403 1 8 5087-6119 IIESIGNV9-4 PROfEC7' MAiJUAL SPOCIFICA7'IONSII00%IDN OI101 35 E3 SPECIAL PR0IECT PROCEO[7ftES.UOC 013513-4 SPECIAL PRbJECT PRbCEDURES Page 4 of 8 1 1} 5ubmit ►aotice to Czty and proof nf adequaie insurance caverage, 24 hours 2 prior to commencing, 3 2) Minimum 24 hour public noti%cation in accordance with Section D 1 31 13 4 G. Water Department Coordinatian 5 1. Duting the canstruction ofthis project, it will be necessary to deactivate, for a 6 period of tirne, existing lines. The Contractor shali be required to coordinate with 7 the Water Department to determine the best times for deactivating and activating 8 fhase lines. 9 2. Coordinate any even� that will require conne�ting io or the operaiion of an existing 10 City water iin� system with the City's r�pr�sentativa. 11 a. Coordination shall be in accordanoe with �ection 33 12 25. 12 b. If needed, obtain a hydrant vvater mate:r from the Water Departrrkent for use 13 during the life of nar►�ed project. I4 c. In the event that a water vaive on an e�sting live system be turned off and on IS to accommodate the construc#ion of the project is required, coordinate this l 6 activity through the appropriate Czty re�resentative. 17 1) Do not operate water line valves of existing water system. 18 a) Failure to comply will render the Contractor in violation of TeYas Penal 19 Code Title 7, Chap�er 2$.03 (Criminal Mischie fl and the Contractflr 20 will be pros�cuted to the full extent of the law. 21 b) In addition, the Contractar will assur�ze all liabilities and 22 responsibilifies as a result of t�ese actians. 23 H. Public Notification I'rior to Beginni.ng Gonstructian 24 1. Prior to beginning construction on any blo�k in the proj ect, on a block by block 25 basis, prepare and deIiver a notice or flyer of the pending construction to the front 26 door of eaeh residenee or business that will be impacted by construction. The natice 27 shall be prepared as follows: 28 a. Post aotice or flyer 7 days prior to beginning any construction activity on each 29 block in the project area. 30 1} �repare ilyer on the Contractt�r's letterhead and include the falIowing 31 information: 32 a) Name af Proj ect 33 6) City Project No {CPN} 34 c) Scope of Project (i.e. type of constructian activity} 35 d) Actual construction duration within the block 36 e) Name of the contractar's fareman and phane number 37 f) Narne of the City's inspector and phone number 38 g) City's after-hours phone number 39 2) A sample ofthe `pre-construction notification' flyer is aftached as Exhibit aa A. �41 3) 5ubmit schedule showing the construction start and itnish time for each 42 block of the projec� to the inspector. 43 4) Deliver flyer to the Ciiy Inspector for review prior to distribution. 44 b. No canstruction will be allowed to begin an any block until th� flyer is 45 delivered to all residents of tha black. 46 I. Public Notification o�FTeznporary Water Service Yntarruption during Construction C1TY QF FORT WOATH WESTCREEK CHANNEL MAIlVTENAhfCE 57'ANi3AIZD COI�'STKUC'I'ION SI'ECLFICA'I'lON DOCUMENTS GITY PRQ]ECT NO. ] 03�60 Revised Decembe� 20, 2012 F:1PROfEC'f510 3 1 816 67A119 DESIGM9-0 PROIECT MA%fIIAL 5PECIRICATIDNS1100%1�IV 01101 3i 13 SPEC'�AL PRO]ECT PROCE�URES.�OC 013513-5 SPECIAL PR07ECT PRQCEDURES Page 5 of 8 1 1. In the event it becomes necessary to Yernporarily shut down water service to 2 residents or businesses during construction, pre�are aad deliver a notice or flyer of 3 the pending interruption ta the front door of each affected resident. �t 2. Frepared natice as follows; 5 a. The natificatian or flyer shall be posted 24 haurs prior to the temporary 6 interruptian, 7 b. Prepare flyer on the contractor's letterhead and include the foi�owing 8 inf�rmation: 9 I) Name of the project 3 fl 2) City Project NL�mber 11 3) Date of ihe interruption of service 12 4) Period the interruption will take place 13 5) Name of the confractar's fareman and phone number 14 6} Nazne of th� City's inspector and phone number 15 c. A sample of th� t.emporary water service inferruption noti%caiion is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the Ciiy inspector I8 for review prior to being distributed. 19 e. No interruption of waier seivice can occur until the flyer has 6een delivered to 2D all affected residents and businesses. 21 f. Etectronic versions of the saznple flyers can be abtained from the Project 22 Canstruction Inspector. � 23 J. Coordination wiih ilnited �tates Army Corps of Engineers (USAGE) 24 1. At locations in the Project where construction activities occur in areas wl�ere 25 USACE paz7mits az'e required, meet aI1 requirements set forth in each designated 26 permit. 27 K. Coardination within Railroad Permit Areas 28 1. At locations in the project �vhere construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is nnt limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 a 5afety training 34 d. Additional insu:rance 35 e. Insurarice certificates 36 f. Other �mployees required to protect the right-of-way and property of the 37 Railroad Carnpany from damage arising out of and/or from the construction of 38 the projaot. Pr�per utility clearanee procedures shaIl ha us�d in accordance 39 with tk�e permit guidelines. 40 2. Obtain any supplemental information needed to coa�pjy with th� railz'oad's 41 r�quirements. 42 3. Railroad F�agmen �i3 a. Sub�nit receipts to City for verifcation of w�rking days that railroad flagmen q4 were present on Site. 45 L. Dust Controi 46 1, Use acceptai�le measures to colltrol dust at the �ite. 47 a. If water is used to cnntrol dust, capture and properly disp�se of waste water. 48 b. If wet saw cutting is perfarmed, capture and properly dispose of s�urry. CI7Y OF F4RT WQI�TH WESTCT2EEK CHANNEL 3vIA1NTENANCE STAA[DARD CdNSTRUCTION SPECIFiCATIqN DOCUMBNTS CjTY PROJECT NO. ] 03060 Revisetl December 20, 2012 E:II'ROlEC751D3I8 50 6 7-0 119DESIGN44�9YROIECTMAPIIIAL SPECIF[CATIONSIIOD%1DNOi19I35135PEC1ALPR4JECTPROCEAURESDOC 0135i3-6 SPECIAL PR07ECT PROCHllYITLBS Pags 6 of 8 i 2 3 4 5 6 7 8 9 10 11 M. Errjplayee Parking 1. Provide parking for employees at lacations approved by the City. 1.5 SUBM�TTALS [NOT i7SED] �..6 ACTXON SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1..8 MATNTENANCE MATERIAL SUBMTTTALS [NOT USED] 1.9 QUALITY AS�URANCE [NOT US�D] 110 DEL�'VERY, �TORAGE, AND HANDLING [NOT USED] 111 FIELD [S�TE] CONDITIONS [NOT USED] L12 WARRANTY �lYOT USED] PART 2 - PRODUCTS [NOT i7SED] 12 PART 3- �XECUTION jNOT USED] 13 i4 TIATE NAME 8131120].2 D. Johnsan 15 END OF S�CTXON ]Zevision Log 5[JMMARY OF CIIANGE 1,4,$ — Added requirement of compliance with Health and Sx%iy Code, Titie 9. Safety, Subtitle A. Public Safety, Chapter 752. kIigh Valtage Overhead Lines. l.4.E — Added Contractor responsil�ility for ohtaining a TCEQ Air Parinit CIT1' OF FOIZT WORTH WESTCREEK CIIANNEL MAINTENANCE STA1rIDARD CONST`RUCTTON SPECIFICATIOAI DOCUMENTS CLT'Y PR07ECT NO. 10306Q Aev ised DecemUer 20, 2p l2 F�IPROlECTS50318i957-�I59ll85IGM9-0PRO]ECTMAN[fAL SPEC[FiCATiONS5100%W.ry0ISQ135135PECIALPR07ECTYI[OC&dURES.�OC 013513-7 SPECIAL FRO]ECT PTtOCEDiJRES Page 7 of $ z 3 4 5 6 7 s 9 14 11 12 13 14 15 16 17 18 19 24 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 EXHIBIT A (To be printed on Contractar's Letterhead) Date: CPN No.: Project Name: Mapsco Location: I�imits of Constructifln: � - - � - I �� � I � �L I � � , I� � TH15 IS T� INF�RM YOU THAT UND�R A CONTRACT WITH THE CITY �F FORT WORTH, DUR COf1�PANY WILL WORK ON UTILITY L1NES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIIIflATELY SEVEIV DAYS FROiVI THE I]A7E OF THIS NOTIC�. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAF'ETY OR ANY OTHER lSSU�, PLEASE CALL: IVIr. �CONTRACTOR°5 SUP�RINTEND�Ni> AT �TELEPHONE NO.> OR �flr. CCI�Y INSP�cTOR� AT � T�L�PHON� NO.� AFTER 4:30 PIVi OR ON WEEK�NDS, PLEASE CAL.L (817} 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YQU CALL CITY OF F�RT WORTH WBSTCREEK CHANNEL MAINTENANCE 5TANDARD CONSTAUCTTON SPHCIFICATIOl�i DOCUIVIENTS CITY PR07ECT NO. 103060 Revised December 20, 2012 F:SAILOJECT510 3 1 81067-0 119 DESIGhh9-4 PR07ECT MANUAL SPEC[FiC�1TON5Ylfl0°15bIV O1V01 35 13 SPEC[ALPROIECTPROCEDLFRES.DOC 0�3513-& SPECiAL PRO.TECTPI�OCEDURES Fage 8 of 8 1 2 EXHISIT B �RT�ORT� nme: no� �o. �x �ro�ct F�er�se: ������ �� �������� �� L �� ������ lll�"�'�l���P7`��� DTIE TO ZTTIL[TY fMPRQVEMEN7'S IN YOT11t NEIGHSOR��OD, YOC�i� 'WA,TEIt SERVICE'S'V� BE IN"1'ERRUPTED �1V BETWFEIV T�E �OiJRS QF AND , IF'YOiE kIAVE Qi7ESTIONS ABO[7T 'T73I5 SSi3T-OiJ"X', PLEA$E CA1..L: 1V�12. A.7' (CONTRACTQRS 5_UPERiNTENII�N'r') (3'��EP�O1�E NUMSER) OR 1�S1Z. ,AT {CTTY TNSPEC'X'OR) (TELE�'�ION� I�iL�MBER) T�ITS I1�COP[VENIENCE WII.L BE AS SHORT AS P(755IHLE. THA,NK YO[F, ,GONTRACTOR 3 4 CITY OF FORT W012'i'H WESTCREEK CHAh�VEL MAINTENANCE STAIVDA[tD GOiVSTRL7CTION SPECIFICATfOiY DdCUMENT5 CITY PRQ3ECT NO. l Q30b0 Revised December 20� 2012 F:IFROSECT5103181067� l�g pE31GM9-4 PNO70CI' NfA1V[IAL_SPECIF€CATION5110�%5➢1V 01191 3 3 1 3 SPECIAL PROIECT PAQCBDUR$S.I]9C 014523 TESTQ�G AND INSPECI'IOId SERVICE$ Page l oF2 sECTioN ai a� z3 TESTING AND INSPECTION SERVIGE� PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1, Testing and inspection servicas procedures and coordination �. Deviations from this City of ForC Worth Standard Speci�ica.tion 1. None. C. Related 5pecification Section5 inclnde, but are not necessarily limited to: 1. Divislon 0— Bidding Raquirements, Contract Forms and Conditions of the Contract 2. Divisian 1— General Requirements ]..2 PRIC� AND PAYMENT PROCEDURES A. Measurement and Payrnent 1. Work associat�d with this Item is considered subsidiary fo the various Items bid. No separate payment will be allowed for this Item.. a. Contractor is responsihle for perfor�nirzg, coordinafing, and p�yment of all Quality Control testing. b. City is responsible for perforrning and payment far �rst set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City faals, the Contractor is responsib�e for payment of subsequent Quality Assurance testing unf�l a passing test occurs. a) FinaI acceptance will not be issued by City until all required payments %r testing by Contraa#or have been paid in full. 1.3 REFERENCES [NOT USED] L4 ADMIIVISTR�TIVE REQZ]�REMENTS A. Te�ting 1. Complete testing in accordance with ihe Contract Doeuments. 2. Coordinatian a. Whe� testing is required to be per%rtned by tlae Ci�y, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be complated by the Cantractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. �lec#a•onic Distribution 1) Confirm davelopment of Project directory for electronic submittals to be uploaded to the City's docutnent managemeni system, oj• another external FTP site appxaved by the City. C1TY OF FOKT WOR1'H WESTCREEK CFIAIVNEL MAINTEIVANCE STANDARD CO1�fSTRi7CTION SPHCIPICATION DOCUMENTS CITY PRO]ECT NO. 103060 Re�ised March 9, �D2Q p 1 45 23 TEST�G AND INSFECTI�iY SERViCES Page 2 of 2 2) Upload test reports to designated project directary and notify appropriate City representatives via email of submit�al p�sting. 3) Hard Copies a) 1 copy for all suY�mittals submit�ed to the Proj ect Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) I) Tests perfarmed by City a) Distribute 1 hard copy to the Contractor 2} Tests perfarmed by the Contractar a} Distribut� 3 hard copies to City's Project Representativa 4. Provide City's Pro,{ect Representati�e with trip tickets for each delir�ered load of Concrete or Lime materzal includiag the following information: a. Name of pit b. Date of deli�ery c. Matezial delivered B. Inspection 1. Inspection oz' lack ai inspection does not relieve the Contractor from obligation to per%xm work in accordance with the Contracf Documents. 1.5 SUBMITTALS [NOT USED] i.6 ACTION SUBMITTALSIXN�'ORMATIONAL SUBNIITTALS [NOT USEDj 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SIIBNIITTALS �NOT YJSED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SXTE] CONDITIONS iNOT USED] 1.12 WARRANTY [NOT LTSED] PART 2- PRODUCTS �1VOT USED] PART 3 � EXECCITION [NOT USED] END OF SECTxON Revision Lo� DATE NAME SIJMMARY �F CHANGE 3/9I2020 D.V. Magxda ��R7pVed reference tq Buzzsaw and noted that electronic submittals be uplaaded tl»•ough the City's docwnent managemenfi system. C£I'Y OF PORT WORI'H WESTCREEK CHAi�INEL MA[NTEI�(Ei1VCE STAI�7DAR.[) COiVSTRUCTIaN SPECIFICATION DOCUMENTS CITY PRO]EC'I' iVO. Ip3060 Revised March 4, 2020 015000-1 `CB1vIPO�Y FACILITIES ANA CONTROLS Page I of 4 SECTION 01 SU 40 TEMFORARY FACILITIES AND CONTROLS PART1- GENERAL 11 SUMMARY A. Section Includes: Provide temporary facilities and controls naeded for the Wark including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storags Sheds andBuildings d. Dust contral e. Tetnporary fencing of the construction site S, Deviations from this City of Fort Worti� Standard Specific�tion 1. None. C. Related 5pecification Sections includa, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General R�quirennents L2 PRICE AND PAYMENT PROCEDLIRES A. Measurement and Paytnent 1. Wark assoeiated wi� this Item is considered subsidiary to the various Items hid. No separaie payment will be allawed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQLT�R�MENTS A. Tempoz'ary CJtilities 1. Obtaining Temporary Service a. Make arra.ngements with utility service companies for temporary 5ervices. b. Abide by rules and regu�ations of utility se:tvice companies or authorities having jurisdiction. c. Be respansible for utility service costs until Wark is approved far Final Acceptance. 1) Included are fueI, power, light, heat and other utiIity services necessary for execution, coinpletion, iesting and 'trzitial operation of Work. 2. Water a. Contractor to provide water requireci for and in connection with Work to be performed and fo:r spacif ed tests of piping, equipment, devices or other use as required for the completion of the Wor1c. b. Provide and maintain adequate supply of potable water fot' domestic consumption by Contractar personnel and City's P��oject Representatives_ c. Coordination i) Contact City 1 week before watez' for construction is desired CITY DF FURT WORTH W$STCREEK CHANNEL 1vIA1NTEi�TANC� STANDAl�7 CON5TRi1CTION SPECIFICATI�N DOCUMENTS C1TY PROJECT NO. l03060 Revised Ju3y 1, 201 ! D1 5004-2 TEMPORARY PACTLI'T'IE5 AND CONTROLS Page 2 of 4 d. Con#ractor Payment for Construction Waier 1) Obtain construction water meter from City for payment as billed by City's established rat�s. Blectricity and LiglZting a. Provide and pay for electric powared service as required fo'r Wark, including tesYing of Warl� 1} Provide pawer for lighting, operation af equipmen#, or other use. b. Electric power service includes temporary power service or generator to maintain op�rations during scheduled shutdown. Telephone a. Provide ernergency teiephone service at 5ite for use by Contractor persannel and athers performing work or furnishing services at Site. Temporary Heat and Ventilation a. Pro�ide temporary heat as necessary for protection oz' connpletion of Work. b. Provide temparary h�at and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary faciliYies for persons on Site. a. Camply with z'egulatians of State and local departments of health. 2. Eniaz'ca use afsanitary facilities by construction personnel at jab site. a. Enclose and anchor sanitary facilities. t�. No discharge will be allowed from these facilities. c. Collect and store sewage and was�e sa as not �o cause nuisance or health problem. d. Haul sewage and waste off site at no less than weekly intervals and properly dispose in accardance with applicable reg€�lafian. 3. Locate facilities near Work Site and keep clean and maintained thraughout Project. 4. Remove facili�ies at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, waYerYight, weatherproof siorage facilities with flaor above groimd level far materials and equipme�t susceptible to weather damage. 2. Stat'age of materials not susceptible to weather damage may be on blocks off ground. 3. 5tara materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or veniilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drairtag;e away from temporary and e�isiing b�tildings. 6. Remove building from site prior tn Piztal Acceptance. D. Temporary Fencing 1. Provide and maintain for the cluration or construction when req�iired in contract documents E. Dust Control C1TY OF FORT WDRTH WESTCIiEEK CHANNCI. MAINTBNAI�fC�. STANI7ARD CONSTItUC'FION SPECIFICATION DOCUMENTS CITY YROJEC'I' NO. 103060 Re�ised Ialy 1, 201 l U15000-3 TEMP012ARY FACILITffi5 .4ND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust cQntrol through the duration of the projeet. a. Contractor remains on-call ai all times b. Must respond in a timely manner F. Temparary Pratection of Construction 1. Contra�tor or subcontractors are responslble %r protecting Work from damage due to weather. 1.S SUBMITTALS LNQT USED] x.G ACTION SUBMITTALSIINFORMATTONAL SiTBMITTALS [NOT USED� 1.7 �LOSEOUT SUBMITTALS [NOT USED� 1.S MAINTENANCE 1VIATERTAL SIIBMITTALS �i�TOT IISED] 1.9 QUALITY ASSiTRANCE [NOT USED] 11� DELNERY, STORAGE, AND HANDLING [NOT U�ED� i.11 FIELl� [SITE] CONDITIONS [NOT USED] 1.12 WARRA.NTY [N�T USED] PART 2 - PRODUCTS [NOT USED] PART 3 � EXECUTI�N [NOT USEDj 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT US�D] 3.3 PREPARATION [N�T USED] 3.4 XNSTALLATXON A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3S [R.EPAXA] / [RESTORATXON] 3.6 RE-INSTALLATxON 3.7 FIELD [ax] S�`J'E QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [N4T US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEAN�NG [NOT U�ED] 3.l l CLOSEOUT ACTIVXTI�S A. Temporary Facilities C1TY OF FORT WORTH WESTCREEK CFTANNET.1b1A1NTEI�IANCE STANI)ARD CQN5TRiiCTION SPHCI�'TCATION DOCLJMENTS CITY PRQIECT ND. 1030bD Revised July I, 2011 o� soan-a TEMPORARY FACILITIES A1�iD CONTROLS Page 4 of 4 1. Remove a11 temporary faci�ities and restore area after completion of the Work, to a condition equal to or better than prior ta start of UVork. 312 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACFIMENTS [NOT USEDJ END O�' SECTION Aevision Log DA`f'� N�ME CITY OF FORT WORTH STANDARD COMSTFLUCTfON SPECIFICATION DOCUMEN'1'S Revised July 1, 20l 1 SUMMARY OF CHANGE WESTCREHK. CIiANNEL MAIN"I�NAN CE CITY PROJEC"I' NO. 10306p 01 5S 26 -1 STREET USEP�RMIT AND MODLFlCATIONS TQTRAFFIC CONTRDL Page 1 of 3 1 2 SECTION 01 5� �6 STREET USE PERMIT AND M�DIFICATIONS TO TRAFFIC CONTROL 3 PART 1- GII\�RAL 4 1.1 SUNIlVrARY 5 A. Sectzon Includes: 6 1. Administrative procedures for: 7 a. Street ilse Permit 8 b. Modification afappror�edtraffic control 9 c. Removal of Street Signs 10 B. Deviations from this City af Fort Worth Stan.dard Speci�ication 11 ] . None. 12 C. ReIated Spec�cation Sections include, but are not r►ecessarily limiied to: 33 1. Divis ian 0-- Bidding Requirements, Contract For�s and CQnditions of the Contract 14 2. Div�sian 1—Genera3 Requirem�nts 15 3. Section 34 71 J 3— Traff'ic Control 16 1.2 PRICE AND PAYN�NT PROCIDURFS i7 A. Measurement and Fayment 18 1. Work associated with this Ttem is considered subsidiary tn the vaxious Iterns bid. 19 No separate payment will be allowed %r this Item. 20 1.3 RT+��"EItE1�C FS 21 A.Reference 5tandards 22 I. Reference standards cited in this specification refer to the currentreference star�dard 23 published at the tizne af the latest revisian date 3ogged at the end nf this 24 specification, un�ess a date is specifically cited. 25 2. Texas Manuai on Uniform Traffic Control De�ices (TMUI CD}. 26 1.4 ADMII�1ISTit�TIVE REQi7IRIIVIINTS 27 28 29 30 31 32 33 34 35 36 A. Traffic Control 1. General a. Contractar shallminimize lane clasures and impact to vehicularlpedestrian traf'fic . b. Wi1en traffic control plans are included in the Drawings, pro�vide Traffic Conirol in accardance with Drawings and 5ection 34 71 13. c. When traffc control plans are noi included in the Drawir►gs, prepare txaffc control plans in accordance with 5ection 34 71 13 and submit to City fnr re�iew�. 1) Allow minimum 1Q working days for review af proposed Traffic Control. C3TY OF FORT WDRTH WESTCRE�K CHANN�L MAI�ITENAI+ICE STANDARD CONSTRUCTIDAi SP6G1F'ICATION DOCUMENTS CTTY PROIECTNO. 1030GQ Itevised Ma�h 22, 2021 Dl 55 26 - 2 3TAEET USE PERMIT AND MOl]1FICATIONS TO TRAFFIC COIV'I'RdL Page 2 of 3 2) A traffic control "Typical" published by City of Fort Worth, the Texas Manual. Unified Traffic Control Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as an �ernative to preparing project/site specific traff'ic contral plan if the typical is applicable to the speciiic project/site. 7 10 11 I2 13 B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a, To obtain 5treei Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Altow a minimum of 5 w orking days iar pertrazt review. 2} It is the Contractor's responsibi�ity to cnordinate review of Trafiic Control plans for Street Use Permit, such that construction is not delayed. C. Madification to Approved Traffic Control 14 1. 1'rior to installation traffic cnntral: 15 a. Submit revisedtraffic con.trol plans to City Department Transportation ar�d 16 Public Works Department. 17 1} Revise Traffic Control plans in accordarice with Section 34 71 13. T8 2} Allow minimum 5 warking days far review of re�ised Traiiic Contr�l. 19 3) It �s the Contractor's respnnsibility to coordinate review of Traific Cantrol 20 plans for 5treet Use Permit, suchthat constructian is not delayed. 21 22 23 24 D, Removal of Street Sign 1. If it i� determined that a street sign must be removed for construetion, then contaci City Transportation and Puhlic IzVorks Department, Signs and Markings Division io remave the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign �vith temporary sign meeting 27 requirements of the latest edition of the Texas Manua3 a:n Uni.form Traffic Control 28 Devices {M[TI'CD). 29 2. Install temporary sign before the removaI of permanent sign. 34 3. When construction is complete, to the exteni thatthe permanent sign can be 31 reinsta�ied, contact the City Transpartation and Public Wark� Department, 5igns 32 and Markin�gs Div�sian, to reinstall the permanent sign. 33 34 �'. Traffc Control Standards 1. Traffic Gantrol Standards can be found on the Ciry's w ebsrte. 35 1.5 SUBMITTALS [NOT USID] 36 A. Submit a1I required documentation to Ci�y's Project Representative. C1TY QF Fg12T WDItTH WES"fCREETC CIIAI�IVEL MAIl�ITENANCE STANDARD CON3TRUCI'ION SPECIFICATIQN DOCUM�"T'S CITY PROJECT NQ, ]U3�60 Re�ised March 22, 202 f Of 5526-3 STREE"f USEPERMTT AND 11�lODIFICATIONS TOTItAFk'IC COl�TRQL Page 3 of 3 1 2 3 4 5 6 7 8 1.6 ACTION SUBMTTTALS/Il�'ORMATIONAL SUBNJITTALS �NOT USID] 1.'� CLOSEOUT SUBNIITTALS [NOT USID] 1.8 MA.�NTII�iANCE MATF�AL SUBMiTTALS [NOT USED] 1.9 QUAL�TY ASSURANCE [NOT i7SID] 1.1Q DEL�VIRY, S'I�dRAGFi AND I�ANDLING [NOT U�II)] l..l.l. F'IELD [SITE] CONDITTONS [NOT USID] 1.12 WARRANTY [NOT USID] , PART 2 - PRODUCTS [NOT IISID] 9 PART 3- EXECiTTION [NOT iTSID] l0 1I DATE 3 12 212 0 2 1 12 II�D OF SECTION Revision Log NAME SUMMARYOF CHANGE 1.4 A. Added language to emp3�asiza minimizing of lane clasures and impact to traffic. � ��fl 1,4 A, 1, c. Added language to allow for use of puhlished traffic control "Typicals" if applicahle to specific projectlsite. i.4 F, 1) Remo�ed reference to Buzzsaw 1,5 Added language re: suhmittai ofpermit CT"f"Y OF' �OItT WORTH WESTCREEK CHANNEL MAINTENANCE STANUt�ILD CONSTRUCTIQN 5PECIFICA'FIO1V DpCUNrIEN'C$ CITY PR03ECT 3+SQ. E03fl60 Revised March 22, 2Q21 PAGE ZS LEFT BI.A.NK INTEN�IONAL�,Y 015713-1 STORM WATER PpLLUTIbN PREV8IVTION Page I oF3 SECTION 015713 STORM WATER POT..LUTION PREVENTION PART1- GENERAL I.1 SUMMARY A. Section Includes: 1. Procedures For Stot'tn Water Pollution Preventian Plans B. De�lations from this City of �art Worth 5tandard Speci�lcation 1. None. C. Related Sp�cification Sections include, but are not necessarily limited to: 1. Division 0-- �idding Requirements, Contract Forms and Conditions of the Contract 2. Di'vision 1— General Requirements 3. Section 31 25 00 — Erosion and Sedimenf Cantrol 1.2 PRICE AND PAYMENT PROCEDiTRES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary ta the various Iterns bid. No separate payment wiIl be allovved for this Item. 2. Constructio:n Acti�ities resu�ting in greater than i acre of disturbance a. Measurement and Payment shall be in accordance with Saction 31 25 D0. 1.3 �tEFERENCES A. Al�breviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Terrnination: NOT 3. Storrn Water Pollution Frevention Plan: SW�'Pl' 4. Texas Commission on Environxnental Quality: TCEQ S. Natice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of Yhe Iatest revision date logged at the end of tk�is Speciftcation, unless a date is specifically cited. 2. Integrated 5torm Mana�ement (iSWM) Technical Manual for Construction Contrals 1..4 ADMTNISTRATIVE REQUIR.EMENTS A. General 1. Contractor is raspansible for resolution and payment of ar►y �ines issued associated with complianee to �tormwater Pollution Prevention Plan. CLTY OF FORT WORTH WESTCCiEEK CHANNEL MA1NTk.TTAPfC� 5TANDARD COt�ISTRUCTION 5PEC3F[CATION DpCi1NIENTS CITY PR0IHCTNO. 10306U Revised 7uly 1,201 I O1 S7 13 - 2 STpRNi WATER PdLLUTION PREVENTIOi�I Yage 2 oF3 B. Canstruction Activities resulting in: l. �.ess than 1 acre of disturbance a. Provide erosion and sediznent control in accordance with Section 31 25 40 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination Systezt� ('I'PDES) General Construction Permit is required b. Complete SWPP�' in accordance wlth TCEQ requirements 1) TCEQ Szx�all Construction 5iie Notzce Required under generaI permit TXR1SaD00 a) Sign and post at job site b) Prior to Preconstruction Meeting, send i copy to City Departzr�ent of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Pr�vide erosion and sediment eontrol in aceordance with: a) Section 31 25 00 b) The Drawings c) TXA15004Q General Permit d) S WPPP e} `I'C�Q requirements 5 aeres or rnare of Disturbance a. Taxas Pollutant Disckarge Elirnina.tion System (TPDES) General Construction Pexrnit is required h. Complete S WPPP in accoz'dance with TCEQ requiremenis 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 Trattsportation and Pub11c Works, Enviranmental Division, (817) 392-6�8$. 2) TCEQ Notice of Cbange required if making changes or updates io NOI 3) Pravide erosion and sedia�ent control in accordance with: a) Sectian 3l 25 00 b) The Dravvings c) TXR150000 General Permit d} SWPPF e) TCEQ requirements 4) Once the project has been compieted and all the closeout requirements of 'F'CEQ have been met a TCEQ Notice of Ternr�ination can be submitted. a) Send copy to City De�arfinent of Transportatioz� and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBIWIITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Priar to the Preconstruction Meeting, submit a draf� copy of SWPPP to the City as folIows: 1) 1 copy ta the City Project Manager a} City Project Manager will forward to the City Department of Transportatlan and Public Works, Environrr�.ental Division fox review CITY QF FORT WORTH WESTCAEEK CFiANNEL MAINTENA7+ICE STAIVDARD CflNSTRUCTIdN SPECIFICATION DOGU3v1ENT5 CITY PROJECT NO. IQ3fl60 Revised 7uty 1, 201 I 015733-3 STORM WATER YOLLUTI�N FREVSNTION Page 3 oF 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubtn.it rt�adified SW'PPP to the City in accordance with Section Ol 33 04. 1.6 ACTION SUBMITTALS/IN�ORMATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT Si1BIVIITTALS [NOT USED] 1.8 MAINTENANC� MATERI�AL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT U�ED] 1.1D DELIV�RY, STO�A.GE, AND �IANALING [NOT USED] 1.11 FI�LD [SITE] COND�TIONS jNOT USED] L12 WARRANTY [NOT USED] PART 2 - PRODUCTS [N4T USED] PART 3 - EXECUTIUN [NOT USEDl END OF SECT�ON DATE NAME Revision L,og SC.3IVIlVIARY O� CHANGE C1TY OF FORT WORTH WESTCREEK CHANNEL MAINTENANCE 5'TANDflRD CON3TRiJCT[ON SPECIFICAT[ON DOCUMENTS CiTY PAO.l�C'I' NO. 1D306p Revised July 1, 201 l PAG� TS LEFT BLAN� I�VTENTIONAT.,LY Oi5813-1 `f'E,MPOI2ARY PROJECT SIGNAGB Page 1 oi 3 SECTION Q1 5813 TEMPDRARY PROJECT SIGNAGE PART1- GENERAL l.X ,SUMNJ ARY A. Sectian Includes: 1. Temporary Project Sig�age Requirerrzents B. Deviations from this City oi Fort Worth Standard Specification 1. None. C. Re�ated Speciiication Sections include, but are not necessarily limited to: I. Division 0— Bidding Requirements, Cantract Forms and Conditions of the Coniract 2. Division 1-- G�neral Requirements 1.2 PRICE AND PAYMENT PROCEDLJRES A. Measurement and Payment 1. Work assaciated with this Item is considered subsidiary to the vaxious Items bid. No separate payment wi11 be allowed for this Item, 1.3 REFERENCES jNOT USED] 1.4 ADM�STRATIVE R�QUIREMENTS [NOT i1SED] I.S SUBMZTTALS jNOT USED] 1.6 ACTTON SUBMITTAL5IINFORMATIONAL SUBNIITTALS [NOT US�D} 1.'1 CLOSEOUT SUBMITTALS jNOT USEDj L8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED] L9 QUAL�TY ASSURANCE [NOT USED] l..1.0 DELTVERY, �TORAGE, AND HANDLING [NOT USED] 1.T1 �IELD [SITE] CONDITIONS [NOTUSED] �.�2 WARRANTY INOT USEDj PA.R.T 2 - PRODUCTS 2.l OWNER-FiTl�1VISHED [ox] OWIVER-SLTPPLIEDPRaDUCTS [NOT USED] 2.2 EQ�CJT�MENT, PRODUCT TYPES, AND MATERTALS A. Design Criteria 1. Provide fre� standing Project Designatian Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTfi WESTCRE6i� CHA3YNEL MAINTENANCS STANDAAD CONSTRUCTTQN SPECIFICATION DOCUivIENTS C1TY PRaJECT ND. f 0306U Revised Juiy 1, 2�ll 015813-2 TENEPORARY PROJECT STGNAC�E Page 2 oi 3 B. Materials 1. Sign a. Constructed of3/9-inch iir plywood, grade A-C (exterior} or better �.3 ACCESSORXES [NOT USED] �A SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTXON 3.1 IN�TALLERS [NOT USEDj 3.2 EXAMXNATr4N [NOT USED] 3.3 PREPARA.TXON [NOT USED] 3A ]NSTALLATYQN A. General 1. Provide veriical ins�allation ai e�ents of project. 2. Relocate sign as needed, upon request af the City. B. Mounting options a. Skids b. Pasts c. Barricade 3.5 REPAIR 1 RESTORATXON �NOT US�D] 3.6 RE-INSTALLATION [N�T USED] 3.7 FIELD [ox] SITE QUAL�TY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [N�T IISED] 3.9 ADJITSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTiVITXES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Mai�ntenance will inciude painting and repairs as needed ar directed by the City. 3.14 ATTACHMENTS [NOT T7SEDj END OF SECTION CITY OF FOKT WOi2TH WESTCREEK CHAHNEL MAINTENA�TCE STP.ND�IRD CONSTRUCTIDN SPECIFTCATION 170CUMENTS CITY PR07ECT NO. 10306Q Revis�d July 1, 20l 1 o� ss ia-� TEMPORARY I'120JECT SIGbiAGE Page 3 of 3 Revision Log DATE NAME CITY QP F'�R`I' W012TH STANDARD CONSTRi7CTTON SFECIFICATION DOCUIvIEhiTS Aeuised Ju[y I, 2011 SUMMARY ��' CHANGE WESTCREEK CHANNEL MAINTENANCE CITY PItOJECT NO. 103060 PAG� IS LEFT BLANK INTENT��NALLY D1 60 OD PRODUCT REQUIILEdvIEIYTS Page i af 2 sECTioN a� 60 00 �'R�DUCT REQUIREMENTS PART1- GENERAL L1 SUIVIMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviatians from ti�is City of Fort Worth �tandard 5pecificatian 1. None. C. Related Specification Sections include, hui are n.ot necessarily limited to: I. Dir�ision 0—Bidding Requirements, Contraot �'orms and Conditions of the Contract 2. Division 1- General Requireme�ts 1.2 PRICE AND PAYMENT PROCEDUR�S [NOT USED] 1.3 REFERENCES [NQT USEDj 1.4 ADMI.NISTRATTVE REQUIREMENTS A. A iist of City approved pr�ducts far use is availahle through the City's website at: https:llapps.fortworthte�as.gov/ProjecfResources/ and following the directary path; 02 - Construction Documents/Standard Products Lisi B. Only products specifically included on City's Standard Product �.ist in these Contract Docum�nts shall be al�owed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in ihe Contract Documents supersede similar products included on the City's Standard �roduct List, 1. The City reser�es tMe right to not allovtr praducts to be used #�or certain projects even though the product is listed nn the City's Standard Praduct List. D. Altktough a speclfic product is in�Iuded on City's Standard Product List, not all products fram that manUfacture� aire approved for use, including hui not litnited to, that manufacturer's stand�t'd product. �. See Section O 1 33 00 %r suhmittal requirements of Product Data included ar City's 5tandard Product List. 1.5 SUBMITTALS [NOT USED] l.b ACTION SLTBMITTALS/INFORMATXONAL SUBNIITTALS [NOT IISED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] ].S MAINTENANCE MATERIAL SUBMI'TTALS [NOT USED] 1..9 QUALITY ASSURANCE [NOT USED] CITY OF PORT WQRTH WESTCREEIC CHA1�i�IEL MARVTENANCE STAI+IDAILD CONSTRUCTiDN 5PECIFICATION DOCUMENT5 CITY PROIECT TIO. 1�30G0 Revisad March 9, 2020 01 60 00 PRODUCT REQUIRE.M6AiT5 Page 2 of 2 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [S1TEj CUNDITIONS [NOT U�ED] 1.12 WARRAN"I'Y �NQT USED] PART 2 - PRODUCTS [NQT USED] PART 3 � EXECUTION �NOT USED] END OF SECTION Revision Log DATE NAME SLJMMARY DF CHANGE l�/12/12 D..fahnsan Modi6ed Lacation of City's Standxrd Product List 3/9/202D D.V. Magafia Removed refarence to Buzzsaw and noted that tt�e City approved products list is accessible through the City s wehsite. C1TY DI [ORT WORTH WESTCREEK CHA1V�[EL NfAINTENAIVCE STANDARD CQNSTRUCTION SP�CIFIC�TIDN DOCUMENTS CITY PAOJECT 1�0. 143064 Revised March 9, 202D O16b00-1 PRODUCT ST(]RAGE AND HAIYDLING REQUIREM6I+F'�S Page I of 4 SECTION 0166 OD PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Inc�udes: 1. Scheduling af praduct delivery 2. Packaging of products for delivery 3. �'rotection af products against damage frorn: a. Handling b. ��pasure to elements or harsh environsnents B. Deviations frorn this City of Fort Worth Standard 5pecificatian 1, None. C. Related 5pecification S�ctions include, �ut are z�ot necessarijy limited to: 1. Division 0— Bidding Requirements, Conttact �'orms and Conditians of the Contract 2. Division 1— General Requiraments 1.2 PRICE AND PAYMENT PROCEDUR.ES A. Measurement and Paytnen.t 1. Wark assaciated with this Item is considered subsidiary to the various Items bid, No separate payment will be allowed for this Item. I.3 REFERENCES jNOT U�EI.I] 1,4 ADMIN�STRATIVE REQUiREMENTS [NOT USED] 1.5 SUSMITTALS [NOT USED] 1.6 ACTIDN Si1BMITTA.LSIIN�+URMATIONAL SUSMITTALS [NOT USEII] 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS [N�T USED] 1.9 QUALITY ASSURA.NCE [NOT USED] 1.1U DELIVERY AND HANDL�NG A. Deli�ery Requirements 1. Schedule detivery of products or equipment as requized to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equ.ipment to receive deliveries. 3. Delivery trucks will not be permitted t�o wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTfi WESTCR�EK CHAI�FI+fEL MAINTEPIANCE STANDAKD CONSTRUCTION SFECIFICATIQN DOCUMEI�lT5 C1T1' PROIECT NO. 1[330G0 Revised 7uly 1, 2U1 l 016bpD-2 PRODUCT STORAGE AN]] IIANDLING REQUIREMENTS P�ge 2 of 4 4, Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed tn protect the contents from physical or �nviranrnental damage. S. Clearly and iully mark and identify as to rnanufaeturer, item and installation location. 6. Provida manufacturer's instructions for st4rage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacfiarer's recammendations and instxuctions. C. Storage Requirements 1. �tore materials in accordance with manufacturer's recamtr�cndations ancf reguirements of these Speciiicatians. 2. Make necessaxy pro�sions for safe storage o�materials and equipment. a. Place loose soil materials anci zn.aterials to be incorporated into Work to prevent damage to any par� of Wark ar e�isting facilities and to maintain fr�e access at all times to aII parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials aud equipment neatly and campactly stored in 1Qcations that will cause zr�inimti�r�a inconvenience to other coniractors, public travel, adjoining owners, tenants and accupants. a. Arrange starage to provide easy access for inspection. 4. Restriat storage to areas a�ailable on construction site far storage of �aaaterial and equipment as shown on Drawings, or approved by Ciiy's Project Representative. 5. Provide off-site storage and protection when on-site storage is nat adequate_ a. Provide addresses of and access to off-site storage locatians for inspection 6y City's Proj ect Representa�ive. 6. Do not use lawns, grass plots or nther private property for starage purposes without written permission of o�ner or otl�er person in passession or controi of premises. 7, Sta�•e in manuiactur�rs' unopened cantainers. $. Neatly, safely and compactly stack materials delivered and stored along line of Work to avaid inconvenience and darnage to property owners and general public and :rz�aintain at least 3 feat from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repa.ir or replaee damaged lawns, sidewallcs, streets or other improvements to satisfaction of City's Project Representative. a. Total �ength which materials may be distributed aiong route of construction at one time is 1,D00 linear feet, unless otherwise approved in writing by Ciiy's Project Representati�e. C]TY OF FORT WpRTH W�STCREEIC C�lANNEL MAINTEIVANCE 3TANDARD CONSTRiiCTION 5PSCIFICATION DQCUME?�TTS CITY PR07ECT NO. 103�bQ Re�ised July 1, 20l 1 016600-3 PAODUCT STORAGE AND HANDLQiG REQiIIREM�NTS Page 3 of4 i.xx Fn�Ln iszTEa co�vnz�r�oNs �NOT us�cn� �.1.2 WARR.ANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EKECUT�ON 3.]. INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT T75ED] 3.3 PREPARATION [N�T US�D] 3.4 ERECTION [NOT USED] 3.S REPAIR / RESTORATION [NOT USED] 3.b RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] STTE QUALITY CONTR�L A. Tests and Inspections 1. Inspect all products or equipnrzent delivered to the site prior to unlaading. B. Non-Conforming Work 1. Reject all products ot' equipment that are damaged, used or in any other way unsatisfactaty far use on the project. 3.S SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING jNOT USED] 3.11 CLOSEDUT ACT�TIES [N�T US�D] 3.I2 PROTECTION A. Protect all products or equipment in accordance vaith manufacturer`s wriiten directions. 13. Store products or equipment in location to a�oid physical damage to items while in starag�. C. Protect equipment from exposure to elements and keep thoraughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT TJSED] 3.1.�4 ATTACHMENTS �NUT USED] END OF SECTION C1TY OF FORT WO[iTH WESTCI2EETC CHAIVNEL MAINTEN,4IVCE STANDARD CO�[STRUCTIOi�I SP�CIFfCATION DOCUMENTS CI7`Y gR07ECT NO. 1030&� Revised July l,2D11 01660D-4 PRODUCT STORAGE AND HANDLCNG 12EQUIREMENTS Page 4 of 4 Revision Log DAT� NAME CITY bF FORT WORTI-1 STANI]ARD CONSTRUCTIQN SPECIFTCATlOI+i DOCUMENTS Revised 7uly 1, 2dl l SUIVIMAItY O� CI-�NGE WESTCREEK CHANNEi. MAINTENANCE CITY PROJECT NO, 1030b0 ai�aoo-i MOBII.IZATION ANb T2EMOBCLIT.ATION Page 1 oF4 1 SECTION D170 00 2 MOBILIZATION AND REMOBILZZ.�.TTDN 3 PART1- GENERAL � 1.1 SUMMARY 5 A. Sectian Inc�udes: 10 z1 12 13 14 15 16 17 18 19 20 21 22 23 24 Mobilization and Demobilization a. Mobilizatian 1) Transportation of Contractor's personneI, equipment, and operating supplies ta tha Site 2) Establishment of necessary generai facilities for the ContractQr's operation at #he Site 3} Premiums paid far performance and payment bonds �} Transportation of Contractor's parsozir�el, equipraent, and operating supplies to another location within the designafed Site S) Relocation of necessary generai facilitiss for the Contractor's operation frorn 1 location to another location on the Site. b. Demobilization 1) Transportation of Co�atractor's persannel, equipment, and operating supplies away from the Site including disassemhly 2) Site Clean-up 3) Removal of aIl b�ildings andlor other iacilities assembled a# the Site far this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which paymeni is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspe�sion of Work specif cally required in #he Cantract 27 Documents or as required by City includes: 28 I) Demobilization 29 a) Transporta�ion of Contractar's personnel, equipment, and operaiing 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and ather facilities as designatad by the Contract 32 Documents necessary to suspend the Wark. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a} Transportation of Contracior's personneI, equipm�nt, and operating 36 supplies to the Site necessary to resume the Wark. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the 5ite necessary ta res�.une the Work. 39 3} No Payments will be made for: 40 a) Mobilization and Demobilization fram one location to another on the 41 Site in the narmal progress of performing the Work. �42 b) Stand-by or idle time �43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projecfs 45 a. Mobiiization and Demo6ilization C1TY OF FORT WORTH WESTCREEK CHANNEL MAINTENANCE STANDARD CONSTRUCT[ON SPECIFICATIOIV DqCUMENTS CITY PROTECT NO. 1030G0 Revised No�ember 22, 2016 F:lAAOlEC'I5103161067-0159 OES[GIV49-4 nRO1I:CC MANUAL SPEC[PICATIOIJ$5100%tD[V OIIO] 70 00 MOHILiZAlION AND REMOBIL[ZAIlON.DOC at�000-z MOBILIZAT'ION Al� REMOBILI7_ATION Page 2 af 4 1 2 3 4 5 6 7 8 4 �a 11 12 13 1� I5 16 4. 17 l8 1} Mobilization shall consist of the acti�+i#ies and cost an a Work Order basis n�cessary for: a) Ttansportation of Contractor's personnel, equipment, and operating supplies to the Site far the issued Work Order. b) Estabiishment of necessary genera� facilities for the Contractor's operation at the Site for the issued Work Order 2} DemobiIization sha11 consist of the activities and cost necessary far: a) Transportation of Contractdr's personn�I, equipment, and operating supplies fram the Site includin.g disassetnbly for each issued Wark Order b) Site Clean-up for each issued Work Order c) Removal af all buildings ar other faeilities assembled at the Site for each Wark Oder b. Mobilization and Demobilizafion do not incIude activities for speci�'ic items of work for which payment is provided elsewhere in the contract. Emerg�ncy Mohilizations and Demabilization for Miscellaneous Projects a, A Mobilization for Miscellaneous Prajects when direct�d b� the City atid the mohiIizatian accurs within 24 hours of the issuance of the Woxk Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. Initial Mobilization and final Demobilization is considered Subsidiary. 21 2. Demobilization due to flooding conditions and remobilization is per laid item. Per flood 22 event. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0— Biddinp; R�quirements, Contract Forms and Conditions of the Contract 25 2. Division 1-- General Requirements 2G i.2 PRICE AND �AYMENT PR4CEDiTRES 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 43 44 45 46 A. Measurement and Payment 1. Mobilization and Demobiliza#ion a. Measure 1) This Item is considered subsidiary to tlae vaz'iaus Xtems bid. b. Payment 1} The wark performed aad materials fi�rnished in accardance with this Item are subsidiary to the various Iterns bid and na other co�npensation will be a1lowed. 2. Rerr�obilization for susp�nsion of Work as specifically required in the Contract Documents a. Measureinent 1) Measuret�nent for this Item shall be per each remobilization performed. b. Payment 1) The work perfarmed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per eaeh "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1} Demobilization as described in Section 1.1.A.2.a.I) 2} Remobilizatian as described in Section I.I.A.2.a.2) C1TY OF FORT WORTH WESTCR�K CI-lAN1VEL MATNT�NANCE STAiYDARD CONSTRUCTION SPECIFICATION DOCUNIEN'I'S C1TY PROIECT Nb. 103060 Revisad November 22, 2016 F:5PI207F,CT51�3181�87-a1�9 DESIGNI9-9 PROIGCT MANUAL SPECIFICATID1VS110�%IDIV �llel 7D OD M06II.IZATION ANP REMOBII.]�ATION.�OC d17QOD-3 MOBILIZATIOiV A�fD RE[vIOBILIZATIpN Page 3 of4 1 2 3 4 5 6 7 8 9 1Q 11 z2 13 14 15 16 17 18 19 2D 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 d. No payments will be made for standby, idle time, or lost proiits associated this ltem. 3. Remobilization for suspension of Work as required by City �. M�asurement and Payment 1} This shall he submitk�d as a Cantract Claim in accordance with Article 10 of Section 00 72 00. 2) No p�yments will be cnade for standby, idle time, or losf profits associat�d with this Item. 4. Mobilizations and Demnbilizations far Miscellaneous Projects a. Measurement 1) Measurement fflr this Item shall be far each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and rr�aterials furnished in accardance witkz this Item and measured as provided under "Measurernent" wi13 be paid for at the unit price per each "Work Order Mabilization" in accordance with Contract Dacuments. Demobilization shall be co�sidered subsidiary to mobilization and shall not be paid far separately. c. The price shall include: 1) Mobilizatior� as described in Section L 1.A3.a.1) 2) Demobilization as describad in Section 1.1.A3.a.2} d. No payments wilI be made for standby, idle time, or lost profits assaciatad this Item. 5. Emergency Mobilizations and Demobilizatians for Miseellaneous Pro,{ects a. Measurement I) Measuxemant for this Item shall be far each Mol�ilization and Demobilization raquired by the Contract Documents b. Payment 1) The Work performed and mater�als furr�ished in accardance with this Item and measured as provided under "Measurement" will 6e paid for at the unit price per each "Work Order Emargency 1kIobilization" in accoj�dance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid far sepaxately. c. The price shall include 1) Mobilization as describeci in Section i.1.A.4.a) 2) Demobilization as described in S�ction I.l.A.3.a.2) d. No payments will be made %r standhy, idle iime, pr lost prafits associated this Item. 39 1.3 REFERENCES �NOT USED] 40 1.4 ADMIlVISTRATNE REQUIR�MENTS [NOT USEDJ 41 L5 SUBMITTALS jNOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT �CiSED] 43 1.7 CLOSEOUT SLTBMITTALS [NOT USED] �4 1.8 MAINT�NANCE MATERXAL SIIBMTTTALS [NdT USED] �#5 1.9 QUALITY ASSURANCE [NOT USEDj CITY OP FORT WQRTH WESTCREEI{ CHANI�EL Mt�INTENAI�FCE S1'ANDARD CONSiRUCTION SPECIFICATION �OCUMENTS CITY PR�OlECT NO. 103060 Re�ised Navember 22, 2U l6 F:IPROIECT5163I85067-0119➢BSIGt919-0PR67ECTtvlAi+f[lAL SPEC[EICATfONSI1flPY1A1V01101760�MPBll.IZATIONANDREhTOBCLIZATTOiJ,l70C Ol'F000-4 dvIOBILIZATION AND REMOBILIZATIbN Page 4 of 4 1 1.10 DELIVERY, �T4RAGE, AND HANDLING [NOT iTSEDI 2 1,11 FIELD [SrTEj CONDTTIONS [NOT USED] 3 ].12 WARRANTY [NOT USED] 4 PART 2- PR�DUCTS [NOT LTSED] 5 PART 3- EXECiTTION [NOT U�ED] C 7 END OF SECTION Revision Lag DATE NAME SUMMARY O�' CHANG� l 1/221I6 Ivlichael Owen 1.2 Price and Payment Procedures - Revised specification, including hlue text, to raake specificatiar� ilexible for either su6sidiary ar paid bid item for Mobilization. $ C1TY OF FORT WORTH WESTCREETL C[IANNEL MAINTENANCE STANDARTJ CONSTRUCTION SPECIFICATIDN I70CUiv]ENTS CTTY 1'CiOdECT NO. 103050 Revised Novamher 22, 2oi6 P:SPROJECT5403lSi0b7-0119DESIGNI9-4PROJECTMANUAL SPECIFICA7iONSll6�%1AIV011017000MOBII.F2AT16NATiDREMOBILTZAT€ON.DOC 017123-1 CONSTRiICTIDIV STAKING ANn SURVEY Page ! af 8 SECTION O1 7123 CONSTRUG'I'ION STAKING AND SURVEY PART 1- GENERAL 1.1 SUMMARY A. 8ection Includes: 1. Requirements for canstruction staking and construction survey B. Deviations from this City of Fort Worth Standard Speci�cation 1. The Contractor shall provide a post construction survey including contours for the craek bed and access areas. C. Related Specificatian Sections include, but are not necessarily Iimited to: 1. Division �— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division l— General Requirements 1.2 PRICE AND 1'AYMENT PROCEDURES A. Measurement and Payment l. Construction Staking a. Measur�ment 1) Me�surement for this Item shall be by lump sum. b. Pa�rnent J.) 'I'he work performed and the materials furnished in accordanee with this Item sha11 be paid for at the lump sum price bid for "ConstructionStaking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared ta total work included in the lump sum item. c. The price bid shall include, but not be limited to tha following: 1} Veriiication Qf control data pravided by City. 2) Flacement, maintenanCe and repiacement airequired stakes andmarkings in the field. 3) Preparation and submittal of construction staking documentation in the forrrz of "cut sheets" using fhe Ci#y's standard template. 2. Canstruction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payrnent 1) The work perfot�ned and the materials furnished in accordance with this Item are s�.tbsidiary to the various Items bid ar�d no other campensatian will be al I owed. 3. As-Built Suz�v�ey a. Measurement 1} Measurement for this Item shall be by lump sum. b. �'ayment l) The war�C perfarmed and the materials furnished in accordance withthis Item shall be paid far at the lump sum price bid for "As-Built Survey". CITY OF' FO1tT WORTH W�STCRE�K CHANI��L [v1AINTENRNCE STANDARD CDNSTRiJCTION SPECIPICA'1TON DOCUMENT3 CITY ARQ7EC'I' NO. 10306b Itevised February 14,2438 F:lprojects1931810b7-0149 ➢asignt4-A Pmject bEAnual Specifieation51100°/1DiV 01191 7121 Constructian 5lakingand Survey.dacz 017123-2 CONSTRUCTION STAKIF�CG AND 5URVElf Page 2 oF 8 2) Payment for "Construction Staking" shall be made in partial payments prarated by work completed compared to iotal work included in the Iump sum itezn. c. The price bid shall include, but nnt be limited to the following:: 1) �'ield measurements and survey shots to identify location of completed facilities. 2) boeumentation a�d submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 RE�ERENCES A. Definitions 1. Construction Survev - The survey measurements rriade prior to or w�ile construction is �n progress ko contral elevation, horizontal position, dimensions and configuration of struotures/impravements inciuded in the Project Drawings. 2. As-built 5utv�v —The measuxernents made after the cflnstructinn of the improvezt�etzt fe�tures are complete to provide positian caordinates for the features of a pra�ect. 3. Construction 5takin� — The placement of stakes and markings to prov�de offsets and elevations to cut and fill in ordez' to locate on the ground the designed structures/improvements included in the Project Drawings. Construction sta�cing shall include staking eas�m.ents andlor right of way if indicated an the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins ta ensure that structures rnarked on the grouncE are accurately located per Proj ect Drawings. B. Technical References 1. CiTy of Fort Woz�h — Construction Staking Standaxds (available on City's Buzzsaw website) — O1 71 23.16.01_ Attachment A_Survey S#aking Standards 2. City of Fort Worth - Standard 5urvey Data Collectar Library (fxl) files (available on City's Buzzsaw website). 3. Te�cas Department of Transportation (TxDOT) Survey Manual, laiest revision 4. Te�as Society of Professional Land Su�rvayors (TSPS), Manual of Practice forLand Surveying in ihe State of Texas, Category 5 1.� ADMIN�STRATIVE REQUIREMENTS A.The ContracYor's selection of a survcyor rpust comply with Texas Government Code 2254 (qualifications based selectiau} for this project. i.5 SUBMITTALS A. Submittals, if required, sha11 be in aecordance with Section D 1 33 Q0. B. All submittals shalj be received and reviewed by the City prior to delivery af work. 1.6 ACTION SUgNIITTALSIINTORMATXONAL SCTBMITTALS A. Field Quality Control Submittals C1TY OP FdRT WOATH WESTCREEK CHANNEL MAINTENANCE STANDARD C�NSTRUCTION SPECIFiCA'TIOIY ]70CUMENTS CTTY PR07ECT NO. 1 Q3U60 Revised February 14, 201$ F:lprojects5U3181o67-0119 �esign49-0 Project Menual_SpeciRcatians5100%1DIV 41101 7l 23 Consiiucfloo Staking end Survey.docx 017123-3 CON$TRUCTION STAl�ING A1VD SU[Z'VEY Page 3 of S 1. Documentation verifying accuracy of field engineering wark, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" canfornaing to the standard template provided by the City (refer to O 1 71 23.16.0I — Attachment A— Survey Staking Standards}. I.7 CLOSEOUT SUBMTTTALS B. As-built Redline Drawing Submittal i. Submit As-Buili Survey Redline Drawings docusnenting fhe locations/elevations of constructed improvemants signed and sealed hy Registered Prafassional Land Surveyor (Rl'�,S) responsible for the work (refer to O1 71 23.16.OI --AttachmentA — Survey Staking Standards) . 2. Cantractor shall submit tile praposed as-built and comgleted xedline drawing submiftal one {1) week prior to scheduling the project ftnal inspection for Ciiy review and comment. Revisions, if necessary, shall be made to the as-built recllinc drawings and resubmitied to the City prior to scheduling the construction final inspection. 1.$ MAINTENANCE MATER�AL Si1BNIITTALS [NOT USEDJ 1.9 QUALITY ASSURANCE A. Construction Siakin.g 1. Construction staking will be performed by ihe Contractor. 2. Coordination a. Con#act City's Project Representative at leasi one week in advance n�ti�ying the City of when Consiruction Staking is scheduled. b. It is the Con�ractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. General a. Contractor is responsible for presez'ving and maintaining stakes. If City surveyors are r�quired to re�stake for any reason, the Contractor will be responsible for casts in perfoz'm. staking. If in tha opinian ofthe City, a sufiicient numb�z' af stakes or markings have heen lost, destroyed disturbed ar omitted that tha contracted Work cannot take place then the Goniractor will be required to stake or re-stake the def cient areas. B. Construction Su�rvey 1. Construction Survey wi11 be performed by the Contracinr. 2. Caardination a. Contractor to verify #hat horizontal and vertical cantrol data established in the design survey and required for construciion sL�rvey is available and in place. 3. General a. Constructian survey will be gerformed in arder to construct the workshown on the Construction Drawings and speci�ed in the Cant�•act Docu�nents. b. For c�nstruction metl�ods other than open cut, the Contractor shall perfarm construction survey and verify control data including, but no# limited to, the following: 1) Vez'i�cation that established benchmarks and control are accurate. C1TY pF FpRT WdRTH WE5TCREEK CHANNEL MAQJT�iYAT�CE STANDARD CONSTRUCTIOiV SPECIRICATION DbCiTMENITS CiTY PRb1ECi NO. 10366Q Revised I'ebruary 14, 2018 F:IprojecSs103 1 81067-0119 IJesi�tl9-4 Projec� Maanal�Speeificalinns110�1DIV 011Dl 71 23 Constructian Staking and Survey.dowr 017123-4 CpNSTRUCTjON SiAKTNG AND SURVEY Yffge 4 of 8 2} Use of Benchmarks #o furnish and maintain aLl reference Iines and grades %r t�nneling. 3) Use of line and grades to establish the location nf the pipe. 4) 5ubmit to the City copies of field notes used to astablish ail lines and grades, ifrequested, and allow the City ta check g�idance system setupprior to beginning each tunneling drive. 5) Provide ace�ss for ihe City, iirequested, to verify the guidance system and the line and grade of the carrier pipe. 6} The Con.tractor remains fully responsible for the accuracy of the work and correction of it, as required. 7} Manitar line and grade continuously during construction. 8) Reeord deviatian with respect to design line and grade once at each pipc joint and subtnit daily recards to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 OS 23 and/or 33 OS 24), iminediately noti�y the City and correct the installation in accordance with the Contract Docuznents. C. As-Built Survey 1, Required As-Built Survey wi11 be perfor�ned by the Contractoz'. 2. Coordination a. Coniractor is to coordinate with Cify to confirm which features require as- built surveying. b. Xt is the Contractor's responsibility to coordinate the as-built survey and required tneasu�ements for items that are to be buried such that construction activities are not delayed or negati�ely impacted. c. For sewer mains and water mains 12" and under i� diameter, it is acceptable to physically measure depth and mark the location during the progress of construc�zon and take as-built survey a�ter the faciliiy has been buried. The Contractor is responsible for th� quality control needed to ensure accuracy. 3. General a. The Contractor shall provida as-built survey including the elevation and location (and pro�ide written documentation to the City) of canstruction features during the progress pf the construction including thefollowing: 1) Wafer Lines a) Top of pipe elevations and caordinates for waterlines at the %llowing locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflectian, cLirvat�re, etc. (3) Fire line tee (4} Plugs, stub-outs, dead-end lines (5) Casing pipe (eaci� end) and all buried fittings 2) 5anitary Sewer a) Top of pipe elevations and coordinates for faree mains and siphQn sanitary sewer lines (non-gravity facilities) at the followinglacations: (1) Minimum every 250 linear feet and any buried fitiings (2) Harizontal and vertical points of inflection, curva�ure, etc. 3) Storm�vater — Not AppIicable CITY pF FORT WORTH WESTCREEK CHAI�NET. MAiN7ENAIVCB $TANDARD CaNSTRUCTION SPEGIFTCATION DOCUMEIVTS CITY PROSECT1�10. 103D60 12evised Fehruary 14� 2018 F:Vpmjec1s103I84067-0119 F]esigfl9h Projcct Manual_Spaci�icatipnsll�0y1E]N OIti01 7] 23 Canstvcti4n Staking and Su�vey.docx 017123-5 CONSTRUCTION S'I'AKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and lacatian (and provide written documentation to the City} of consfruction features after the construction is compjeted including the foIlowing: 1) Manholes a) Rizn and flowline elevations and coordinates for each manhoie 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes} d) Fire hydrants e} Va1�es (gate, butterfly, etc.) fl Air Release valves {Manhole rim and vent pipe) g) Blow offvalves (Mal�ole rim and valve lid) h} Pressure plane valves i} Underground VaLylts (1) Rim �nd flowline elevations and caordinates for each Clndergraund Vault. 3} Sanitary Sewer a) Cleanouts (1) Rim and fTawline elevations and caordinates �ar each b) Manholes and Junction Structures (I) Rim and flowline ei�vations and coordinates for each manhale and junction stz'ucture, 4) 5tormwater --Not Appiicable I..1.4 DELNERY, STORAGE, AND HANDLING jNOT USED] 1.11 FXELD [SITEj CONDITIONS [NOT USED] 1.12 WARRANTY YART2-PRODUCTS A. A construction survey wili produce, but will not be limited to: I. Reco�ery af relevant cantrol poinis, points of c�rvature and points ofintersection, 2. Establish tea�parary horizontal and vertical cpntrol elevatians (benchmarks) sufficiently pertnanent and located in a manner to he used throughout construction. 3. 'I'he Iacation of planned facilitzes, easements and improvements. a. Establishing �nal line and grade stakes for piers, floors, grade beams, parkin,g areas, utilities, streets, h7ghways, tunnels, and other construction. b. A recard ofrevisions or corrections noted in an o:rderly manner forreferenee. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sh�ets shall be on the standard city template whjch can be obtained from the S�zrvey Superintendent {817-392-7925). 5. Digital survey �Ies in the following formats shall be acceptable: a. AutoCAD (.dwg} b. ESRI Shapefile (.shp} CiTY OP I'ORT WORTH WESTCREEi� CHANNEL MAINT'ENANCE STANDARD GONSTRUCTIDN SPECI�ICA7'EON DOCUMENTS C1TY PKOIEC'i NO. 103060 12e�ised Tebruary 14, 2018 017123-6 CdN3TRUCTIQI� 5TAK.ING AND $URVEY Page 6 of 8 c. C5V file (.csv), formatted with X and Y coordinates in separate cnlucnns (use standard te�nplates, iiavailable) 6. Survey %les shalI include vertical and harizontal data tied to original project cnntrol and henchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances: Th� staked iocation af any improyement or facility should be as accurate as practical and neoessary. The degee of precision required is dependent on many factors all of which rnust remain judgmental. The tolerances listed hereafter are based on generalities and, uncier certain circumstances, shall yield to speclfic requirements. The surveyor shalI assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. v�rtical tolerance. Horizontal aligTllilent for earthwork and rough cut should not exceed 1.D $. tolerance. b. Horizontal aiignment an a strueture shall be vvithin .0.1fttolerance. c. Pavin� or concrete for streets, curbs, gutters, parking areas, drives, aIleys and walkvvays shall be Iocated within the eonfines of the sita boundaries and, nccasionally, aIong a boundary or any other restrietive line. Away from any :restrictive line, these facilities should be staked with an accuracy producingno more than O.OSft. tolerance from their speeified locations. d. Underground and overhead utilities, such as sewers, gas, water, talephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an aecuracy producing no more than Q.1 ft tolerance from a specified location. e. The accuracy required for th� t�ertical loca#ion of utilities varies widely.Many underground utilities require only a minirr�urn cover and a tolerance of Q.1 ft. should be maintained. �[7nderground and overhead utilities on planned prafile, but not depending on gravity £low for performance, should not exceed 0.1 ft. tolerar►ce. B. Surveying instruments sha�l be kept in close adjustment accarding to rnan�facturer's specifications or in compliar�ce to standards. The City reserves the right to rec�uest a calibratiata report at any time and recammends regular maintenance schedule be per�ormed by a certif ed technician every 6 months. i. Field measurements of angles and distances shall be done in such fashion as ta s�tisfy #he closures and toierances expressed in Part 31.A. 2. Vertical lacations shaII he established from a pre-established benchmark and checked by clQsing to a different bench mark on the same datum. 3. Construction survey feld work shall correspond io the client's plans. Irregularities . or conflicts found shall be repot�ed promptly to the Ciiy. 4. Revisions, corrections and other periiner�t data shall 6e logged ior fi�t�ire reference. CTTY OP FQRT'WO1�TH WESTCREEK CIIANNEL MAINTENANCE 5TANdARD CpNSTRUCTi01�i SPECIFICATION 130CIJM�I�TS CITY PRQJECT NO. 103060 12evised Ecbruery 14,2018 017123-7 CONSTRUCTTON STAKINCr AND SURVEY Pgge 7 af 8 3.2 EXAMINATION [1VOT USED] 3.3 �REPAR.A.TION [NOT i1SEDj 3.4 A�PLICATX�N 3.5 RE�.A�R 1 RESTORATXON A.If the Contractor's work damages or destroys one or more af the control monumentslpoints set by the City, the manuments shall be adequately referenced f�r expedient restoratian. 1. Notify City if any eontrol data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shail gerform replacem�nts and/or restarations. b. Th� City may req�zire at any time a survey "Field Ck�eck" of any monument or benchmarks that are set be verified by the City surveyors before further associated work caza move forward. 3.6 RE�INSTALLATION [NOT USED] 3.7 FIELD �oR] SITE QUALITY CONTROL A.It is the Contrac�or's responsibility to maintain aII stakes and control data placed bythe City in accardance with this Specification. This includes easements and right of way, if noted on the plans. B.I]o not change or relocate stakes or contral data without appraval frorn the City. 3.8 SYSTEM STARTiTP A. Survey Checks 1. The City reserves the right ta perform a Survey Check at any timedeezn.ed necessary. 2. Checks l�y City personnel or 3�dparty cantracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOIIT ACTNITI�S [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USE�� 3.14 ATTAC73MENTS [NOT US�Dj END O� SECT�ON Revision Log CiTY dF PORT WpRTH 11VESTCRESK CIIANNEL luIAINTENANCE STANBARD CONSTIiUCT10N SPECI�'ICA7'ION DOCUIv1ENT5 CITY PRO.T�CT ]�O. 103060 AeviSed Tebruaiy 14, 2018 D17123-8 CONSTitUCTION STAKING AND SURVEY Page 8 of S DATE NAM� 8/31/2012 D..iohnson 3UMMARY OF CT�ANGE Added instruction and modified measurement & payment under 1.2; added $/3112D17 M. Qwen definitions and references under I.3; modified 1.6; added 1.7 closeout submittal requirements; modified l9 Quality Assur�nce; added PART 2— PRDDLTCTS ; Added 3.! Installers; added 3.5 Repair/Itestoration; and added 3.8 System Startup. Removed "blue texY'; revised measurement and payment sections for Constzuction Staking and As-Bui{t 5ur�ey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added accegtable depth rneasurement criteria; revised list of items requiring as�built survey "during" and "after" construction; xnd revised acceptable digital survey file format CITY OF F�RT WDRTfi WESTCfZEEK CHANNEL MAINTEI+FANCE STANDt1RD CONSTRUC"1'ION SPECIFICATEON DOCUMENTS CITY P807ECT NO. 10306U Re�ised Cebrpary 14, 2Q18 017423-I CLEANiNG Page 1 of4 SECTION OI 74 23 CL�ANING PART1- GENERAL 1,1 SiTMMARY A. Sectian Includes: 1. Intermediate and �nal cleaning for Work nat including special cleaning of clased systems speciiied elsewhere B. Deviations frorrz this City af Fort Worth Standard 5peciiication 1. Nane. C. R�lateci Specifcation Sections incIude, but are not aecessarily limited ta; 1. Division 0— Bidding Requirements, Coniract Forms and Canditio�s of ihe Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRTCE AND PAYMENT PROCEDURES A, Measurement and Paytnent 1. Work associated with this Item is considered subsidiary to the various Itarns bid. No separate payment will be allowed for this Item. 1.3 RE�'ERENCES [NOT iTSED] 1.4 ADIVIINISTRATNE REQUIREMENTS A. Scheduling 1. 5ched�le clea.nzng aperations so that dust and other contaminanfs disturbed by cleaning pracess will not fall on newly painted surfaces. 2. Schedule final cleaning upon campletion of Work and immediately prior to final inspection. 1.5 �UBMITTALS [NQT USED] 1.6 ACTION SUBlI'�TTAL�IJNk'OKMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOIIT SUBMITTALS [NOT i7SED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUR.A.NCE [NOT USED] 1.10 STORAGE, AND HANDLXNG A. Storage and Handling Requirements 1. 5tore cleaning products ancf cIeanang wastes in eontainers specifically designed %r those materials. C1TY OF FORT WOTZTH WESTCF2EBK CHANNEL MAINTENANCE STANI7ARD CDNSTRUCTION SPECIFiCATION DOGUMENTS CITY PRO.T�CT 1�10. 10306� Itevised luly 1, 2D l I O17423-2 CLEANING Page 2 of 4 1,11 FIELD [SITE] CONDTTIONS [NOT USEDj 112 WARRANTY [NOT CJSED] PART 2 - PRODiTCTS 2.1 OWNER-FURNISHED [oe] OWNER-�iTPPLIEDPRODUCTS [NOT ItSED] 2.2 MATERIALS 2.3 2.4 A. Cleaning Agents 1. Compatib�e with surface 6eing cleaned 2. New and uncontaminated 3, For manufactured surfaces a. Material recommended by manufacturer ACCESSORiES jNOT USED] SOURCE QUALYTY CONTROL [NOT LTSED] PART 3 - EXECUTION 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [N�T i7SED] 3.4 APPLICATION [NOT USED] 3.5 REPA�R / RESTORATION [N�T USED] 3.6 RE-IN�TALLATION [NOT USED] 3.7 FIELD �oR] SITE QUALITY CUNTROL [NOT USED] 3.8 S�STEM STARTiJP [NOT �[7SED] 3.9 AD.TUSTING �NOT USED] 3.10 CLEANING A. General 1. Prevenf accuzx�ulation of wastes that create hazardous conditians. 2. Conduct cleaning and disposaf operaiions to comp�y with �aws and safety arders of governing autk�orities. 3. Da nat dispose of volatile wastes such as mineral spirits, oi1 or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dzspose af nondegradable debris at an approved solid waste dispasal site or in an alterr►ate manner approved by City and regulatory agencies. CITY QF FpRT WORTH ~ WESTCREEK CHANNEL MAINTENANCE 5TANDARD CONSTi2UCTION SPECIFICATIOI+I DOCUMENTS CiTY PROTECT NO. 103060 12evised .fuly 1, 2D1 l 017423-3 CLEA1�i1NG Page 3 oF4 6. Handla materials in a controlled manner with as few handli�gs as passible. 7. Thoroughly clean, sweep, �vash and polish all Work and equipment associated with this project. S. Remove all signs of iemporary construction and activities incidental to construction of required permaneni Work. 9. If project is not eleaned io the safisfaction of the City, fhe City reserves the right to have the cleaning completed at the expense of the Cantractor. I0. Do not buan on-site, B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or ct�nvenience of personnel in e�sting facility operations. 2. At ttz�imum tit+eekly intervals, dispose of waste materials, debris and rubbish, 3. Canfine constructian debris daily in strateglcally locat�d cantainer{s): a. Cover to prevent blowing by v,aind b. Store debris away from cor�truction or operatzonal activities c. Haul from slte at a minimum of once pez' week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as�needed basis, until Final Acceptance. S. Prior to storm events, thoroughly cl�an site of all loose or unsecured items, which may become airbome or transported by flawing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lense�, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glassy surfaces to a clear shine. 5. Ventilating systems a. Clean pennanent filters and replace disposable filters if units were operated during canstrttction. b. Clean ducts, 6lowers and coils if units were operat�d without f lters during canstruction. 6. Reglace all burned out lamps. 7. Broom clean process area floors. S. Mop office and control roonn �oprs. D. Exterior (Site or Right af Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas distuz'bed by location af trash and debris containers in accordance with Section 32 92 13. 2. 5weep roadway to remove ail rocks, pieces of asphalt, concrete or any other obj�cY that �nay hinder or disrupt the flow oftraf�c along the raadway. 3. Clean any interior areas including, but not limited to, �aults, manhales, strucEures, junction boxes and inlets. CITY OF PO127' WOiiTH WESTCREEK CHANNEL MAINTENANCE STANDARD CONSTRUCTION SPECiFICATIOAi DOCUMENT3 C1TY PROJECT IVO. 1 Q306� Revised duly 1, 2D11 Di7423-4 CLEANI3vG Page 4 of 4 A�. If no longer required %r maintenance of erosiQn facilities, and upon agproval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc, 3.11 CLOSEUUT ACTNiTIES [NOT U�ED] 3.12 PROTECTION [NOT USEDI 3.13 MAINTENANCE [NOT USED� 314 ATTACHMENTS [NOT USED] �ND OF SECTION Revision Log DATE NAME CITY OF FORZ' WORTH STANDARD CONSTRLTCTIDN SPECIFICATIQN DOCl7ME�iT5 Ravised Iuly 1, 20] 1 SUM�VIARY O�' CHANGE WESTCREEK CHANNEL MAINTENANCE C1TY PR07ECT NO. 103060 017719-1 CLQ5EOUT ItEQUIIiEIvIENTS Page I of 3 1 2 SECTION Ol '�� 19 CT�OSEOUT REQUIREIVIEN'TS 3 PART 1. - GINERAL 4 1.1 S�CIMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard 5peciiication 8 1. None. 9 C. Related Spec�cation Sections include, butare not necessarily liznited to: 10 1. Divis�on 0—Bidding Requirem�nts, Contract Forms and Conditions of the Cantract ll 2. Division 1— General Requii-ernents 12 1.� PRICE AND PAYMENT PROCIDY]R.E�S 13 A. Measurement and Payment 14 1. Wark associated withthis Item �s considerec� subsidiary to t.�►e various Items bid, 15 Na separate payment w�l be allowed for this Itam. 16 1.3 RI+:i+1+:RFNCES [NOT USID] 17 18 19 20 21 22 23 24 1.4 ADM[1VISTRATIVE REQLTi�TS A. Guarantees, Bonds and �da�vits 1. No application far fmal payrr�ent will be accepted until all guarantees, bonds, eertif'icates, ]icenses and affidavits required for Work or equipment as specified are satisfactoriiy fi�ed withthe City. B. Release of Liens or Claims 1. No application for fanal payment will be accepted until satisfactary evidence of release of liens has beer� submitted to the City. 25 1.5 SUSNIITTALS 26 A. Submit all required documentation to City's Praject Representative. 27 28 1.6 ZNFORMATIONAL SUBMITTALS [NOT IISID] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USID] 31 32 PART � - PRODUCTS [NOT USID] CITYOFFQRT WORTH STANDAI�T] CONSTRUCTIDN SPECIFICATTON bOCUMENTS Revised Miarch 22, 2021 WESTCREEK CHANNEL MAINTENANCE CIT'Y PROJECT ]�O. 103D6fl U1 7714-2 CLOSEOUT REQLTIAEM61YT5 Page 2 af 3 PART 3 - EXECUTION 2 3.1 INSTALLIILS [NOT USED] 3 3.2 I+�LANIINA'�ON [NOT USID] 4 3.3 PREPARATION [NOT USID] 5 3.4 CLOSEOUT PROCIDURE 6 A. Priar to requesting Final lnspection, submit: '1 1. Praject Record Documents in accordance with Section O1 78 39 8 2. Operation and Maintenar�ce Data, if requiced, in accordance wiih Section O1 78 23 9 10 11 i2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 B. Prior to requesting Final Inspectian, perform final cleaning in accordance with Section 0174 23. C. Final Inspec�ion 1. After f�nal cleaning, provide notjce to the City Prnject Representative that the Work is catnpleted. a. The City will make an iniiial Final Inspection withthe Cantractorpresent b. Upon completion of this inspaction, the City will natify the Contractor, in writing wiihi� 10 business days, of any particu]ars in which thzs inspection reveals that the Work is defective ar incomplete. 2. 3. 4. 5, Upon receiving wrilten natice from the City, immediately undertake the Worlc required to remedy de�ciencies and compl�te the Work to the satisfaction of the City. The Right-of way shal� be cleared of aU canstruction materia�s, barricades, and temporary signage. Upon completion af Work assaciated withthe itez�s listed in the City's writteza notice, inform the City that the required Work has been completed. Upon receipt of this notice, the City, in ihe presence ofthe Contractoi; will z�nake a subsequent �'inal Inspection of the project. Provide all special accessories required to place each item of equiprnent in full operation. These special accessory items it2clude, but are nat lirrtitedto: a. Specified spare parts b. Adequate oil and grease as required fnr th� first lubrication of the equipment c. Initial fili up of a!1 chernicai 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 operatinn of all equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative fmds the Waz'k subsequent to Final Inspection 40 to 6e satisfactory, the City wilI issue allotice ofProject Completion (Green Sheet). �1 E. SupportingDocumentatian CITY DF FDRT WORTH STANDA1tD CONSTRUCTION 5PECIFICATION DOCUMENTS Revised Marsh 22, 2Q21 W�STGREEK CHA1�irfEL MAINTENANCE CITY PAOJECT NO. 103U60 01 77 l9 - 3 CL05EOUT R6QUIREMEN3'5 Page 3 of 3 I 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 L� 18 19 zo 21 22 23 1. Coordirzate witY� the City Project Representative tn complete the foT�owing additianal forms: a. Finaf Payment Request b. Staterrient of Contract Tima c. Affdavit of Paymant and Release of Liens d. Consent af Surety to Final Payment e. Fipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation af Contractor F. LetterofFinal Acceptance 1, Upon review and acceptance ofNntice of Project Completion and Supporting Documentatian, in accordance with General Conditions, City will issue Letter of Final Acceptance and reiease the Final Payment Request for payment. 3.S REPAIR / R�STORATION [NOT USED] 3,6 RE-INSTALLATZON [NOT USID� 3.7 FIELD [oR] SI'TE QUALTTY CONTR�L �NOT USED] 3.s sYs� s�� CNOT �s�m� 3.9 ADJUSTING [NOT USID] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACT�VI'I�ES [NOT LTSID] 3.1� PROT�CT[�N [NOT i7SID] 3.13 MAINTINANCE [NOT USID] 314 ATTACI�VIENTS [NOT USID] 24 25 DATE 3/22/2021 26 IND OF SECTION Revis ion Log NAME SUMMARYOF CHANGE M Ouen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OFFORT WORTH 5TA7VClARD CONSTRUCI'ION SPECIFICATION 170CUML�TTS Revised Nlarch 22, 2021 WESTCREEK CHATINEL MAI3d'i'ENANCE CiTYPRQ]ECTNO. [D3060 PAGE IS LEFT SLANK rNTENTIONALLY p 1 7$ 39 - 1 PROdECT RECORD flOCUMBNTS Page l uf4 SECTION OI 78 34 PRO.TECT RECORD DOCi]MENTS PART1- GENERAL L1 SiTMMARY A. Section Includes: 1. Work associated with the dQcumenting t�e projeet and recording changes to project documents, sncluding: a. Recard Dravvings b. Water Meter Service Reports c. Sanitary Sewer 5ervice Reports d. Large Wate� Me#er Repor�s B. Deviations from this City of Fort Wo�th Standard Speci�cation 1. None. C. Reiated Speci�catian Sections include, but are not necessarily limited to: 1. Division 0— Bidding Rec�uirements, Contract �'orins and Conditions of the Contract 2. Di�+ision l— GenEral Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paymnent 1. Work associated with this Item is consiciered subsidiary to the various Items hid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED} 1.4 A.DMINYSTRATIVE �EQUIREMENT� [NOT USED] �.5 SUBM�'I'TALS A. Prior to submitti�g a request for Final Inspection, deliver Project Record Documents ta City's Pra�ect Representative. 1.6 ACTXUN SUBMITTALSIYNFORMATI�NAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MA�TTENANCE MATERIAL SUEMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughiy coordinate changes within the Record Documents, makitag adequate and praper entrie.s on each page of Specifications and each sheet of Drawings and other pocuments where such entry is requirad ta show the char�ge properiy. 2. Aecuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documenfs. CITY OF FQRT WOIt'I'H WESTCREEK [;13ANNEL MAINTENANCE STANDARD CONSTRUCTION SPECIFICATiQ1�T DOCUMENTS CTTY FR07ECT NO. L 03060 Revisefl luly 1, 20l 1 D17834-2 PROdECT RECORi7 DOCUMENTS Page 2 of 4 3. To facilitate aceuracy of records, tnaice entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, bpirll concealed and visible, to enable future modi�cation of the Work to proceed without lengthy and expensive site measureznent, investigation and examinatzon. 1.10 STORAGE AND HANDLING A. Storage and Handlin� Requirements i. Maintain the job set of Record Documen#s completely protected fro�n deterioration and from loss and da�age until completlon of the Work and transfer of a1S recorded data to the �inal Project Reeard Doeuments. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Doeuments. 1.11 FIELD jSITE] CONDITIONS [NOT USED] 1.12 WARRANTY [N�T USED] PARTZ- PRODUCTS 2.1 OWNER-1'+URNXSHED [ox] OWNER-SUPPLZED PRODUCTS [NOT DSED] 2.2 RECORD D�CUMENTS A. Job set 1. Promptly following receipt of the Natice to Froceed, secure from the �iiy, at no charge to the Contractor, l camplete set of aI1 Documants comprising the Contract. B. Final Record Documents I. At a titne nearing the ca�tzipletian of the Work and prior to �'inal Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSQRIES [NOT USED] 2.4 S4URCE QUALITY CONTRUL [NOT USEDj PART 3 - EXECUTION 3.1 XNSTALLE�S jNOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED� 3.�4 MAINTENANCE DOCUMENTS A. Maintenance a�'Job Set 1. Immediately upon receipt ofthe job set, identify each ofthe Documents with the title, "REC4RI7 DOCUMENTS - JOB S�T". CfTY OF FORT W012TH WESTCREEI� CHANNEL MAINTENANC� STANDARD CONSTRUCTIC3N SYECIFIC:ATION DOCUMENTS C1TY PAOJECT NO. l03D60 l�evised Jaly 1, 201 l 017839-3 PROJ�CT RECORI7 DOCUM�.NTS Page 3 oi�F 2. Preservatifln a. Considering the Contract compietion time, the probable nurriber of occasions upon v,+hich the job set must be taken oui for new entries and for examination, and the canditions under which these activities will be perfomr�ed, devise a suitable method for protecfir�g the job set. b. Do not use the job set for any purpose except entry of new data and itrr review by the City, until start of transfer of data ta �inal Praject Record Documents. c. Maiz�tain the j ob set at the site of work. 3. Coordinatian with Constructio� Survey a. At a rninimum, in accordance with the intervals sei forth in Seciion O1 7l 23, c3eariy marlc any deviatiqns fram Cot�tz�act Documents associated with i nstallation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelibje pencil), cle�rly describe the change by graphic line and note as required. c. Date ail aritries. d. Call attentiort fo the antry by a"cloud" drawn around the area oz' areas affected. e. In the event of overlapping chaz�ges, use dzfFerent calors foz' the overlagpin�, changes_ 5. Convers�on of schematic layouts a. In some cases on the Drawings, arraa�gements of conduits, cireuits, piping, ducts, and similar items, are shown sch.ematically and are nqt intended to partray precise physical layout. I) Fina1 physical arrangement is deterrnined by the Contractor, subject to the City's approval. 2) However, design of future modifications o#�the faci�ity may require accurate information as to the final physic�l layout of items vcrhich are shown only schematically on the Drawings. b. Shovu on the job set ofRecord Dz•awings, by dimension accurate to within 1 inch, tha centerline of each run af items. i) Final �hysical arrangement is deterr�ined by the Contz'actor, subject tn the City's approval. 2} S�nvv, by symbol or note, the vertical location of the Item {"under sl�b", "in ceiling plenunn", "exposed'", and the like). 3} 1Vlake a11 identi�cation sufficiently descriptive that it may be related reliably ta ti�e Specifications. c. The City may ruair�e the requireinents for conversion of schematic layouts where, in the City's judgrnent, conversion serves no useful purpos�. However, do not rely upon wai�ers being issued except as specifica�iy issu�d in writing by the City. S. Final Pz'oject Recard Documents l. Trat�s%r af data to Drawings a. Carefully transfer change data shown on tt�e job se� of RecQrd Drawings to the carresponding final documents, coordinating the changes as required. b. Clearly indicate at each afFected detail ax�d ather Drawing a full description of changes made during construction, and the actual location of items. CCi'Y OF FORT WORTE[ WESTCKE.EK CHANNEL MAINTENANCE STANDARI7 CQ3YSTRUCTTON SPECIFICATTdN DOCUM&NTS CITY PROJECTNO, 1p30GU Revised July 1, 20l 1 Ol7$39-4 PRO.[ECT RECORD DdC[J3vIENTS Page 4 nf 4 c. Call attent�on to each entry by dz'awing a"cloud" around the area or areas affected. d. Make changes neatly, cansistently and with the p:roper media ta assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have b�en kept clean dueing pragress of the Work, and if entries thereon ha�e been oz'darly to the appro�al of the City, the job set of thase Documents, other than Drawings, will be accepted as iinal Recard Documents. b. If any such Docuzn�ent is not so app�'oved by the City, secure a new copy of that Dacurnent froin tha City at the City's usual charge #'or repraduction and har►dling, and carefully transfer the change data to the n.ew capy ta the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION �NOT �[7SED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTIFP [NOT USED] 39 ADJUSTXNG [NOT USED] 3.1fl CLEANING [NOT USED] 3.11 CLOSEOi7T ACT�TIES [NOT USED� 3.12 PROTECTION [NOT USED] 3.I3 MA.INTENANCE �N4T USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME C1TY OF FORT WORTH S`fANDARD CONSTRliCTION SPECiFICATION DOCUMENTS Revised July i, 20l 1 SUNIMARY OF CHANGE WESTCREEK CHA%TI�iEL MAI�TTENANCE CITY PR03ECT NO. 103060 02 4I l3 - t SELECTiVE SIT� DBMOLITION Page l of S SECTION 02 41 13 SELECTIVE SITE DEMOLI`Z'ION PART l. - GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways �l. Removing fences 5. Removing guardrail b. Rema�ing retaining walls (less than 4 feet tall} 7. Removing maiiboxes 8. Rernoving rip rap 9. Removit�lg miscellaneous concrete structures including porch�s aa�d foundations 10. Dispasal of removed materials B. Deviatinns this from City of Fort Worth Standard Specif cation 1. Nane. C. Related Specificatian Sections include, but are nat �.ecessarily limited to: J. Division 0— Bidding Requ�rements, Contract Farms, and Conditions of the Contract 2. bivision 1— General Requirements 3, 5ection 3l 23 23 --Bart-ow {By Reference) 1.2 PRICE AND PAYM�N'T PROCEDURES A. Meas�arement and Payment 1. Measti�rement a. Remo�e Sidewalk: Measure by square foot. b. Remov� Steps: measure by the square foot as seen in the plan �view only. c. Aemove ADA Ramp: measure by each. d. Rer�ove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. f. Remove Guardrail: measure by the linear foot along tlae face of the rail in place includipg zne#al beam guard fence transitions and single guard rail terminal sections from the center af end posts. g. R�rnove Retaining Wall {less than 4%et iall): trzeasui� by the linear foot h. Rernove Mailbox: measure by each. i, Remove Rip Rap: measuse by the squaz�e faot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment CITY O� F'dKT WOI2TH WESTCREEK CHANNEL MAiNTENANCE S"i"ANDARD C4NSTRUCTT01+i SPECIFICA7'IOIV DdCUIvJEIVTS CITX PRqIECT NO. 1p3060 Revised December 20, 2012 02 41 l3 - 2 SELECT�VE S1TE DEMOLJTION Page 2 of S a. Remov� SidewaIk: fulI cotn.pensation For saw cutting, remo�al, hauling, disposal, toals, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wa11(including sidewal�C thai acts as a wall footing) shall be paid as sidewailc removal. Por utility projects, this Itern shaI1 be considez'ed subsidiary to the trench and no a4her compensatian will6e allowed. b. Remo�e Steps: full campensation for saw cutting, removal, hauling, disposal, toals, eqt�ipment, labar and incid�ntals needed to ex�cute work. For utility projects, this Item shall be considered suhsidiary to the trench and no other campensation will be allowed. c. Rerriove ADA Ramp and landing: full compensation for saw cutiing, removal, hauling, disposal, tQa1s, ec}uipment, labor and incidentals needed to axecute work. Work includes ramp �anding removal. F`oz' utility projects, thi.s Iterrl sha11 be consiciered subsidiary to the treneh and no otiler compensation vwill be allowed. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, toals, equigment, labor and incidentals needed to remove improved dxiveway by type. Foz' utility projects, this Iterr► shall be considered suhsidiary to the trench and no other com�ensatian will be al1owed. e. Remove Fence: full campensation for removal, hauling, disposal, tools, equipment, laboz' and incidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. f. Remove Guardrail: full compensation for removing materials, loadin.g, hauling, unloading, and storing ar dispasal; iurnishing backfill material; backfilling the postholes; and equipment, labor, taols, and incidentals. For utility projects, this Item shall be consider�d subsidiary ta the trench and no o�her compensation will be allowed. g. Remave Retaining Wall (less than 4 feet tall): fu1I compensafion for saw cutting, remaval, hauling, dispasal, tools, equipmeni, labar and incidentals needed tp execute work. Sidewall� adjacent ta or attached to retaining wall (including sidewalk that acts as a wall footing} s�all be paid as sidewalk remo�al. For utility projec#s, this Itezn shali be consid�r�d subsidiary to the trench and no otk�er compensation will be allowed. h, Remave Mailbo�: fu11 compensation for remo�al, hauling, disposal, tonls, equipment, labor and incidentals needed to execuie work. For utility projects, this Item shall be considered subsidiary to the tranch and no other compensation will be allowed. i. Remov� Rip Rap: full compensation for saw c�ttting, removal, hattling, disposal, tools, equipment, labor and inaidentals needed to execute work. Far utility projects, this Item shall be considerad subsidiary to ihe irench and no other compensation will be allawed. j. Remove Miscellaneous Concrete Structure: fuli compensation far saw cutting, rennoval, hauling, disposaI, tools, equipment,labor and incidentals needed to execute work. For utility projects, this Item shall be cansidered subsidiary to the trench and no other compensaiian will be allowed. 1.3 REFERENCES A. Deiinitians C1TY 0I' FDRT WORl'H WESTCREEK CI�IANNEL MAIIVTEiVANCS 3TANDARD COhTSTRiJCTIQN SPECIFICATIOiY ]]OCUNfEN1'S C1TY FROJECT NO. 103U6fl Revised December 20, 2012 a�a>>a-a SELEC:TIVE S1TE DEMQLITION Page 3 of 5 I. Ympra�ed Driveway: Dr��eway constructed of con.crete, asphalt paving or hrick unit pavers. 1.4 ADMINISTRATNE REQUIREMENTS [N�T USED] X.5 Si7BNIITTALS [NOT USED] I.6 ACTI4N SUBMITTALSIINFORMATIONAL SUBMXTT�iLS [NOT USED] 1.7 CL05EOUT S�IBMTTTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALXTY ASSiTRANCE [NDT [.TSED] 1.10 DELNERY, STORAG�, AND HANDLING [NOT USED] 1.11 F�+ LD [SiTE] CONDITIONS [NQT USED] 1.12 WARRANTY [NOT USED] PART 2 - �RODUCTS 2.1 OVVNER-�'URNISHED PRODUCTS [NOT USED] 2.2 MAT�RYALS A. Fill Material: See Section 31 23 23. 2.3 ACC�SSORIES [NOT USED] 2..4 SOURC� Qi7AL�'Y CONTROL [NOT U�ED] PART 3 - EXECUTION 31 INSTALLER5 [N4T �CISED] 3.� EXAMINAT'ION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Remove Sidewalk 1. Rernove sidevvalk ta nearest e�sting dummy, expansion or constru�tinn joint. 2. Sawcut when removing to ne�est joint is not practical. See 3.4.K. B. Remove Steps 1. Rernave step to nearest e�isting dummy, expansion or construc�ion joint. 2. Sawcut when removing to nearest joint is not practical. 5ee 3.4.K. C. Rennove ADA Ramp I, 5at�cut existing curb and guiCer and pavernent prior to wh�el chair ramp remo�al. 5ee 3.4.K. 2. Remove ra�np to nearest existing dummy, expansion or construction�oint on existing sidewalk. D. Rernove Driveway CITY OF FORT W012TH VIESTCR�EK CHAI�NEL MA[NTENANCE STAMDARD CQNSTRUCTiON SPECIFICATION DqCUMENTS C1TY I'TiOJECT NO. 1Q306� Kevised December 20, 2D12 02q113-4 SELEC'I'IVE 51TEDEMOLI'FFON Page 4 of 5 1. Sawcut existing driv�e, curb and gutter and pauement prior to drir�e removal. See 3.A .K. 2. Remove drlve to nearest e�sting dummy, expansion or construction joint. 3. Sawcut when rernaving to nearest joint is not pracfical. See 3.4.K. 4. Reirtave adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. E. Remo�e Fence 1. Remove alI fence components above and below ground and backf'i11 vvith acceptable fill material. 2. Use cautian in removing and salvaging fence materials. 3. Salvaged mater�als znay be ttsed to recon�truct fence as approved by City nr as shown an Drawing�s. 4. Cantractar responsible for keeping animals {li�estock, pets, etc.) within the fenced areas during construction operation and while removing fenc�s. �'. Remove Guardrail 1. Remove rail ele�nents in original lengths. 2. Remove fittings fram the posts and the meial rail and then pull the posts. 3. Do not rnar or damage salvageable materials during removai. 4. Compietely remove posts and any cancrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding sail unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- fnot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less t�Zan 4 feet tall) 1. Remove wall to nearest e�sting joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Remaval includes all components of the retaining wall including footings. 4. Sidewalk adjacent to ar attached to retaining wall: 5ee 3.4.A H. Remove Mailbax 1. Salvage existing materials for reuse. Maiibox materials �nay need to be usad for reconstruction. X. Remove Rip Rap 1. Remove rip rap ta nearest existing dummy, expansian or canstruction joint. 2. Sawcut when removing to nearest joint is not praetical. See 3.4.K. J. Remove Miscellaneaus Concrete 5tructure J, Remove portions of miscellaneous concrete structL�res i�cluding foundations and slabs that do not interfere with proposed constructian to 2 feet beIow the finished ground 1ine. 2. Cttt reinforcement close to the pox�tion of the cancrete to remain in place. 3. Break or per�orate tha bottom of stz'uctt�res to remain to prevent the entrapment of water. CIT1' OF PORT WORTH WESTCREEK CHANI�fEL MAIIUTENANCB STANDAI2D CDNSTRUCT'ION SPECIFICATION DOCUNIEIVTS CITYPR07ECTbfO. ]03660 Revised Decem ber 20, 2012 oza� i3-s SELECTIVE Sff�E B�MOL[TION Page 5 of 5 K. Savacut 1. Sawing Equipment a. Fower-driven b. Manufactured far the purpase af sawing pavernent c. In gaod aperating conditio�a d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perper�dicular to the surface completely tku'augh existing pavement. 3.5 REl'AIR [NOT IISED] 3.6 RE-XNSTALLATION [NOT LTSED] 3.i SITE QUALTTY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT U�ED] 3.9 ADNSTING [NOT TTSED] 3.10 CLEANiNG [N�T USED] 3.11 CLOSEOVI' ACTIVITIE� [NOT USED] 3.I2 PROTECTION [NOT USED] 3.33 MAINTENANCE [NOT iTSED� 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag DATE NANI� 12120/2012 D.7ahnson SUMMAAY OP CHANGE i.2.A.,2. Modif ed Payment - Items will be subsidiar}+ t� trenci� on uti3ity projects CITY pF FORT WORTEI WESTCREEK CHANNEL MAINTENANCE STANDARD CONSTItUCTION SFECIFICATTON DOCUMEI�TTS GITY PROdECT N�, 103060 Revised December 2D, 20 i2 1�AGE IS LEFT BLANK Il�TTENTIONALLY 03930 - 1 TiEPAIK AND REPLACfiMEN'F OF CAST-IN-FLACE CQNCRETE Page 1 of I 0 1 2 SECT�ON 03 0� 30 REPAIR AND REPLACEMENT OF CAST-IN-1'LACE CONC�ETE 3 PART1- GENERAL 4 1.1 DE�CRIPTION 5 6 7 8 9 10 11 12 A. 5cope: 1. CONTRA.CT�R shall pro�ide all labor, materials, equipment, and incidentals as showaa, speci�ed, and required to repair or eeha6ilitate, as requirad, all e�sting concreta show:n or indicated in the Contract Dacuments as being repaired oz' :rehabilitated. 2. CON`I'RACTOR sha11 repair all damage to new concrete construction as specified in this Section except for repair Work specified in Section 03 30 OD, Cast-In-Place Concrete. 13 B. Coordination: 14 1. Review installation procedures under this and oYher Sections and coordinate the 15 Work that must be installed with or before repair and rehabilitation of concrete. 16 2. Notify other contractors in ativa.nce of repair and rehabi�itation of concrete Work to 17 provide thern with sufflcient time for ir�stafling and caordinating items included in 18 their contracts that �nusi be insialled in conjunction with repair and rehabilitation �f 19 concrete Work. 20 C. Related Sections: 21 1. 5ection 03 30 00, Cast-In-Place Concrete. 22 1.2 REFERENCES 23 24 25 25 27 28 29 30 31 32 33 34 A. Standards refer�nced in this Sectipn are: 1. AS`I'M C109/C109M, Test Method for Compressive Str�n�;;th of Hydrau�ic Cement Mortars (LTsing �-in. Cube 5pecimens). 2. ASTM C882JC882M, Test Method for Bond Stz`ength af Epoxy-Resin Systems LTsed with Concrete by Slan� Shear. 3. ASTM D 10�2, Test Method for Linear Dirnensional Changes of PIastics Under Accelerated Service Conditioi�s. 4. ASTM ➢3574, Test Methods for Flexible Cellular Materi�ls — Slah, Bondeci, and Molded Urethane Foams. S. ASTM G109, Test Method for Determizaing the Effects of Chemical Adrnixtures on the Corrosion of Embedded Steel Reinfarcement in Concrete Expased to Chlaride Environments. 35 1.3 SUBMITTI�LS 36 A. Action Submittals: Submit the following: 37 1. Product Data: Infoz�matipn on all products proposed for use, including 38 manufacturer's brochures, technicai data, specificatians, and other applicabie data, 39 B. Informational Submittals: 5ubmit the following: 40 1. Manufacturer's Instruetions: Manufacturer's recommended pa'ocedures for 4I installing materials proposed for use. CITY QP FORT WOIiT�I WESTCREEK CHANNEL MAINTENANCE CITY PROJECT N�. 103064 D3930 - 2 REPAIR AND REPLACEM�NT OF CAST-IN-PLACE CONCRE'3'E Page 2 of 10 1 2. Special Procedure Subsnittals: When requested by ENGINEER, submit information 2 on methods for supporting during demolition and repair Work existing struct�ares, 3 pipes, and other existing facilities affected hy the Work. 4 1.4 PRODUCT DELIVERY, �TORAGE AND HANDLING 5 A. Delivery a.tid Handling of Materials: 6 1�. Confarm to Section 03 34 00, Casfi-in-Place Concrete, and this Section. 7 2. Clearly mar� on containers manufacturet''s name and label, narne or titie of 8 material, rr►anufacturer's stocl� numbcr, and date of manuiacture. 9 3. Handle materiais carefully to prevent inclusior� of foreign �tr�atter. 10 4. Do not open containers or mix components �anti! necessaty pteparatory Wark has 11 been completed and application Work is to start immediafely. 12 B. Siarage of Materials_ 13 1. Conform tn Section 03 30 OQ, Cast-in-Place Concrete, and this Section. 14 2. Store only approved maierials at the Site. 15 PART 2 - PR�DUCTS 16 2.1 SYSTEM REQU�RMENTS 17 A. All repair and rehabilitation materials that can or will come into contact with potable 18 water or that will be treat�d to become pota6le shall be listed in ANSIINSF 61. 19 2.2 REPAIR M4RTAR 2Q A. Product Description: Repair mortar shall be prapackaged, cement-based product 21 specificaliy formulated far repairing cancrete surface defects, 22 B. Products and ManuFactuxers: Pro�ide one af tlae foliowing 23 I. SikaTop 122 Plus, SikaTop 123 Plus, or SikaTop 126 Plus, by Sika Corporation. 24 2. DuralTop Gel, DuralTop Flowable Martar by Euclid Chemical Company. 25 3. Or equal. 26 C. Materials: 27 1. Provide a twa-component, polymer-modified, Partland cement, fast-setiiag, trowel- 28 grade mortar. Repair mortar shall be enhanced with penetrating corrosian inhibitor, 29 anci shaij have the following properties: 30 ASTM I Physica] Praperty Value S�andard Miniinut�r� Compressive Stren�th at One Day 2,000 psi C1Q9 � � Minirnum Compressive Strength at 2$ Days 6,QD0 bsi C109 � Minimum Bond Stren�th at 28 Days 1,8Q0 nsi C882� � � 1 �* Modiiied for use with repair mortars. 31 2. Where the least dimensian of the placement in widfh or thickness exceeds faur 32 inches, extend repair mortar by adding aggregate as recommended 6y repair mortar 33 mariufacturer. C1TY 4F FORT WOR'I�I WESTCREEIf CHANNEL MAINTENANCE CITY PROJECT NO. 103060 03930 - 3 k2EPAIR AND REPLACEMENT �F CAST-IN-PLr�CE CC}]VCRETE Page 3 of 10 1 2.3 REPAIR OF �XPOSED REINFORCING STEEL 2 A. Sysiem Desc:ription: 5ystem for repair of exposed reinforcing steel shall consist of two 3 c�mponents: an initial applicati�n. af carrosion inhibitor and subs�quent application of 4 pz`otective slurry mortar. 5 B. Corrosion Inhibitor: 5 1. Corrosion inhibitor shall penetrate the hardened concrete surface and f�rm a 7 protective Iayer on rexnforcing steeI. 8 2. Products and Manufacturers: l'ravide one ofthe following: 9 a. Sika FerroGard 903, hy Si�a Corporation. 10 b, Dr equal. lI 12 13 14 15 16 17 18 14 20 21 22 23 24 25 26 27 28 29 3Q 31 32 3. Corrosion inhibitor s�iall: a. Not chan�e the substrate's color, appearance, or texture. b. Penetrate independently of orientation (horizontal, verticai, o�erhead) at rate up to I110 to 4/5 inches per day, depending an density of concrete, measured using secandary neutron mass spectroscapy. c. Farm an reinforcing steel a protective �ayer of high integrity o£ at least 1 DO angstroms thickness, measured usittg x-ray pho#on spectroscopy and secondary ion mass spectroscopy. d. Demonstrate reduction in eorrosion currents after treatment as determined using cracked heam corrosion tests of concrete, as adapted fro:tr� ASTM G109. e. Be capable of reducing active corrosion rates by at least 65 percent. Reduction shall be demonstrated by projact references anci an independent corrosion engineer using linear polarization resistance. f. Fene�tate up Yo three inches in 28 days, z�eas�red using secondary neutran mass spectroscopy. C. Protective 5lurry Mortar: 1. Material shall be two-component, polytn�r-nnodified, cementious waierpz'oafing and protectiv� slurry martar. Provide two coats at coverage of 50 square feet per gallon per coat. 2. Products a.nd Manufacturers: Provide one of the following: a. Sikatop SeaI 107, by Sika Corporation. b. Or equal. 33 2.4 CRACK INJECTION h7ATERIALS 34 35 36 37 38 39 40 �41 92 43 A�4 45 45 A. Structural Crack Repair System.: 1. �poxy for injection shall he low-viscosity, high-modulus moisture insensitive type. 2. �'xoducts and Manufacturer�: Provide one of the follovwing: a. Sikadur 35,�Hi-Mod L.V. and Silcad�ar 31, Hi-Mod Gei, by Sika Corporation. b. Eucopaxy Injection Reszn, by Euclid Chemicai Company. e. Or equai. B. Non-structural Crack Repair Syste�n: 1. Hydrophobic Polyurethane Chemical Grout: a. Arovide hydz'opk�obic palyurethane that forms a flexibSe gasket. b. Products and Manufacturers: Provide one of the following: 1} SikaFi� HH LV, by 5ika Chemical Campany. 2) Hydro Aciive Flex SLV, by De Neef Construction Chemicals, Inc. 3) Or equal. CITY OF POIiT WORTH WE5'FCREEK C�-IANNEL MAIlVTENANCE CITY PROIECT Nd. 103060 03930 - 4 REPAIR AND REPLACEMENT OF CAST-IN-PLACE GOIVCRETE Page 4 of 10 1 2 3 4 5 6 7 8 9 10 A. GeneraL• 11 2.5 NON-SHRiNK GROIIT MATERIALS 12 i3 14 15 16 17 I8 19 26 21 22 23 24 25 26 27 �8 29 30 31 32 33 34 35 3G 37 38 39 �D 41 42 43 44 45 46 c. Shrinlcage limit sha�l not exceed 4.0 pez'cent in accordance with ASTM D 1042. d. Minimum elongation of 250 percent in accordance with ASTM D3574. e. Minimum tensile streng�h of 154 psi in accordance with ASTM D3574. 2. Hydrophilic Acrylate-Ester Resin: a. Hydrophilic crack repair system shall be acrylate-ester resin that farms a fl�xib�e gasket and increase in volume by at least SO percent when in contact with water. b. �'roducts and Manufacturers: Provide one af the following: 1) Duroseal Multigel $50, manufactured by BBZ USA, Inc, �) Or equal. 1. Non-shrink grout sha11 be a prepa�kaged, inorganic, flowable, n�n-gas-liberating, non-metallic, cemenC-based grout requiring only the addition of water. Manufacturer's instructions shall be printed pn each bag or container in which the materials are packaged. Speea�c formulation for each type or class of non-sk�rink grout specified in this Section shall be tkzat recommended by the grout manufactuxer for the particular appIication. B. Class I Non-Shrink Grout � 3 4. 5. 1, Class I non-shrink grauts shall have a minimum 2$-day compressive stt'ength oi 7,000 psi. Use grout for precision grou�ir�g and u�here water-tightness and non- slarink reliability in hoth plastic and hard�ned states is ctitical, and as speeified in this Section. products and Manufacturer: Pro�ide one ofthe following: a. MasterFlow 928, by Master Build�rs, Inc. b. Five Star Grout, hy Five Star Products, Inc. c. Hi-Flaw Grout, by Euclid Cheznical Company. d. Or equal. Camply with ASTM C11071C1107M, Grade C and B(as modi�ied belnw) when tested using amount of water required to achieve the following properties: a. Fluid coz�sistency (2D to 30 seconds) shall be in accordance with AS7'M C939. b. At temperatures of 45, 73.4, and 95 degrees F. Length change from pIacing to time of final set shall noi have shrinkage greater than the expansion measured at #ht�ee or fourteen days. Expansion at three or fourteen days shall not exceed the 2$-day expansion. Non-shrink property shall not be based on chemica.11y-generated gas or gypsum expansion. 6, Pluid grout shall pass through the flow cone, with continuous flow, one hour after tni�ing C. Class III Non�Shrink Epoxy Grout: l. �poxy grout shall be a pourable, non-shrink, 100-percent s�lids system. 2. Products and Manufacturer: Pro�ida ozae of the foilowing: a. E3G, by Euclid Chemical Corz�.pany. b. Sikadur 42 Gro�at Pak LE, by Sika Corporation. c. HP Epoxy Grnut, by Five Star Praducts, Inc. CITY OF POKT WORTH WESTCREEK CHAlV1�EL MAIN'FENANCE C1TY PRD7ECT NO. ] 03060 o39ao - s REPAIR AND REPLACENIENT OF CAST-IN-T'LACE CONCKET� Page 5 of 1D l d. Or equal. 2 3. Epoxy grout system shall have thtee components: resin, hardener, and specially 3 blended aggregate, all pre-measured and prepackaged. Resin camponent sfiall not 4 confain non-reactive diluants. Resins confaining butyl giycidyi ether (BGE) or 5 ather highly volatile and k►azardous reactive diluents ate unaeceptable. Variation af 6 component ratios is not allowed without specific recomrnendation by manufacturer. 7 Manufacturer's instructions shall be printed on each container in wl�ich products are 8 packaged. 9 4. The following properties shall be attained with the minimum q�antity of aggregate 10 aljowed 6y epoxy grout u�anufacturer. 11 a. Vertical volume change at all times befare hardening sha�l be between zero 12 percent shrinkage and 4.0 percent expansipn when measured in accordance 13 wifh A�TM C827 {modi�ied far epoxy grouts by using an indicator ba11 with 14 specific gravity beiween 09 and 1.1). l 5 b. �.ength change after hardening shall be Iess than 0.�006-inch per inch and 16 coef�cient of thermal expansion shall be fess than O.d0003-inch per inch per 17 degree F when tested in accardance with ASTM CS3l . 1 S c. Compressiue creep at one year shall be less than O.OQ1-inch per inch when 19 tested under a 400-psi constant load at 140 degrees F in accordance with 20 ASTM Cl 181. 21 d. Minimuzn seven-day compressive strengih shall he 14,000 psi when tested in 22 accordance with ASTM C579 Z� e. Grout shall be capable of maintain�ng at least a ffowable consistency for 24 mininnum af 30 minutes ai 70 de�;rees F. 25 f. Shear band streng#h to portland ceme�t concrete sha11 be greater than shear 26 strength of concrete when tested in accordance with ASTM C882/C882M. 27 5. Minimum effective bearing area shall 6e 95 percent. 28 PART 3 - EXECITTIO� 29 3.� INSPECTION 30 A. Examit�e areas and conditions under which the repair Work is to ba installed and natify 3I ENGSNEER in writing of conditions detrimental to proper and timely completion of the 32 Worl�. Do not proceed with the Work until unsatisfactory conditions have b�een 33 corrected. 34 3.2 PREPARATION 35 A. Surface Preparation: �6 1. Initial Surface Prepatatian: Remove by chipping, abrasive blasting, or hydro 37 blasting all laitance, fore[gn mat�rial, and unsound concrete from entire area ta be 3S repaired. F�rther roughen surface as specified in this Section. Where non-shrink 39 grout or repair martar is used, perform additional surface preparation, if atay, 40 reeommended by product manufacturer. 41 2. Wetting PracedUre: Wi�ere repair conez'ete, shotcretE, or cement graut is used, and 42 bonding agent is not required, or where repair martar or non-shrink grout 43 manufacturer rc,commends wet or 5aturated surface, parform the �ollpwing: 44 a. Continuously apply water for �.t least four hours to surface $eing repaired. 45 Where large surface areas are to be repaired, use fog-spray nozzles, mounted on CITY OF FORT WORTH WESTCR�HK CIIANNEL MAINTENANCE CTTY PROJECTNO. 103Q6D 03930 - 6 REPAIR A%ID REPLACEMEIVT OF CAST-IN-PLACE CbNCRETE Page 6 of ] 0 1 2 3 4 5 6 7 8 9 1Q 11 stands, in sufficient number so that entire surface to be repaired is cantacted by fog spray claud. b. Pre�ent concrete fi•om drying until after repair is completed. RE-wet surfaces not yet repaired using water sprays af least a daily; should more than four days elapse without re-wetting surfaces not yet repaired, repeat the original saturating pz'acedure. c. Remove standing water in areas ta be repaired before placing repair material. �'rovide mear�s to remove excess water from structure. 3. �'reparation for Epoxy Bondin.g Agent: Where repair material �nanufacturer recommends use of epoxy-bonding agent, conform to recam.rnendations of both repair material manufact�rer and bonding agent manufacturer. 12 3.3 INSTALLATION, GENERAL I3 14 15 16 A. Cansfruction Tolerances. Sk�all be as spe�ified in Section 43 30 00, Cast-In-Plae� Conc�rete, except as specified in this Section and elsevt+here in the Contract Documents. 8. Care shaIl be taken to fully consolidate repair material, completely fill�ng al1 portions af space to be filled. 17 C. Bring surface being rapaired into aiignrnent with adjacent surfaces, providin.g uniform, 18 even surface. Surface repaired shall maich adjacent e�sting surfaces in te��re and 19 shall receiv� coatings ar surface treatments, i� any, provided for the exzsting surface 20 adjacent to repaired surface. 21 D. Curing: 22 1. Curing of repair rnortar and non-slarink grout shall be in accordance with 23 tnanufacturer's recomme�zdatzans, except that minimum cure period shall be tlu•ee 24 days. 25 2. Curing of other materials shall be in accordance with requirements of Section 03 30 26 Q0, Cast-In-Piace Cancrete, 27 3.4 R�PA.IR OF SiTRTACE DEFECT,5 28 A. Suriace defects are depressions in a cancrete surfaee that cio not extend all th� way 24 thraugh the concret�. Surface defects can result frort� removal of an emhedded it�m, 30 ret�oval of an intersecting concrete member, physical damage, or unrepaired rock 31 pockets ereated during original placement. For spalls that result from corroded 32 reinforcing steel or other einbedment refer io Article 3.7 of this Section. 33 B. Preparation: PerfazYn the following in additian to requirements of Articl� 3.2 of this 34 Secti�n: 35 1. 36 2. 37 38 39 40 3. 41 42 43 Remove by chzpping all loase, damaged concrete to sound materiai. Where existing reinforcing is exposad, remove concrete to minitnum of �ne-inch around exposed bars. If existing bars are cut through, cracked, or cxoss sectional area is reduced by more than 25 percent from original, immediately notify ENGINEER. Score-cut perimeter of area to be repaired to minimum depih of l/2-inch and maximum depth that will nat cut existing reinforcing steel. Chip o�rt existing conerete to ihe score lin� so that minimum thickness of z'epair mortar will be 1/2- inch. 44 C. Repair Material: CITY OF FORT WOR'i'H WESTCRE.HK CHANNEL MACNTENANCE CITY PROJECT NO. 103060 a39�o - � REPA]R AND REPLACEMENT OF CAST-IN-YLACE CONCRETE Page 7 oE 10 1 1. Completely fill the surface defect with specified repair matez'ial, in accordance with 2 material manufacturer's instructions and the Cantract Dacuments. 3 2. Perform, with repair mortar, repairs of suriace defects in concrete normally in 4 contacY with water or soil, and interior surfaces af structures that cor�tain water. 5 3. Repair of other surface defects may be by applying repair mortar, repair concrete, 6 shotcrete, or cement grout, as appropriaie. 7 3.5 PATCHING 4�' HOLES IN CONCRETE 8 A. Fnr hnles larger than 1-inch diameter or equivalent area of hoie, refer to the Drawings 9 for reinforcing details. 10 B. Fil1 openings less than four inches in th�ir least dimension with Class III non-shrizik 11 epoxy grout in accordance wi�h Artiele 2.4 of this Section. 12 C. Openings greater than faur inches and less than 16 inches in their least dimension shall I3 �e coated with an epaxy bonding agent prior to filling with Class I non-shxink grout in 14 accordance with Article 2.4 af this 5ection. 15 D. Openings greater than 16 inches in their least dimension shall be coated with an epoxy 16 bonding agent prior ta fi111ng with Class A concrete in accordance with Secti�n 03 30 17 00, Cast-In-Place Cancreta. 18 E. Where repaired holes are in contact with water or soil, pravide hydraphilic rubber I9 waterstop within the opening in accordance with Section 03 30 00, Cast-In-Place 2� Concrete , prior ta filling with repair material. 21 3.b REPAIR OF L�NED HOLES 22 A. This Article applies to openings with embedded material over all or a portion of inside 23 suriace of hole. Where indicated on the Dz'awings, remove embedded materials and 24 repair the hole in accordance wiih Article 3.5 ofthis Section, as modified in this Article 25 3.6. 26 B. Where embedded material is allowed to remain, remove embedded material to at least 27 twa inches into the hole, as tr�easured from the plane surface oiconerete wall or slab, as 28 applicable. Embedded material left in piace shall be roughened or abraded for prQper 29 6onding to repair material. Completely remove substances that interfere with proper 30 bonding. 31 C. Completely remov� embedded items not securely and permanently anchored inio 32 concrete. 33 D. Completely retn.nve embedded items Iarger than 12 inches in their smallest dimension. 34 In lieu of rerr�oving the ambedded item, where reinforcing is required as shown or 35 indicated in the Contract Dacuments, weld reinforcing to eml�edded item to remain, 36 provided emb�dded item to remain is composed of inetal to which reinfarcing steel can 37 he weided. 38 3.7 REPAIR OF DETERXORATED CONCRETE 39 A. This Article pertains to deterlorated cancrete which has been damaged due Yo coz'rosion 40 ofreinfoz'cing steel, physical damage due fo at�rasion, or damage due to chemicai 41 attack. Use repair mortar, as specified in this Article, for repairing deteriorated 42 cancrete. Where repaired surface will be subsequently covered with plastic liner 43 � material, coQrdinate fit�ishing with requirements for installing plasti� liner material. CITY OF' FOI�T WORTH WESTCI2EEK CHA3zNEL MAINTENANCE CITY PTtOJECT NO. 143D60 03930 - 8 REPATR AND REPLACEMENT OF CAST-IN-PLAC� Cfl1�CRETE Paga $ of IO 1 B. Surface Preparation: In addition to requirements af Article 3.2 of this Section, perform 2 the following surface preparation: 3 I. Remove loose, broken, softened, and acid-contaminated concrete by abrasive 4 blasting and chipping ta sound, uncontaminated concrete. 10 lI 12 13 2. i7pon campletion Qf removal of deteriorated concrete, notify ENGINE�R in writing. Allow two weeks for ENGINEER to evaluate the surface, perform testing for acid contamination if required, determine if additianal concrete shall be removed, and to develap special repair details {if any) required. Shou[d ENGINEER determirze that addiiional concrete be removed ta reach sound, unconiamina�ed concrete, allow another two-week period for fi�rther evaluation and testing fo]lowin� the additionaf removal. 3. Suz'face preparation shall conform io recatr�mendations ofrepair mortar maraufact�.�rer. 1�} 4. Repair and rehabilitate isalated areas of expased reinfprcing bars in accordance 15 with Article 3.4 of this Section. If extensive areas of reinforcing steel are i6 uncovered after removal of deteriorated concrete, ENGINEER will determine the 17 repair methods required. i8 19 2� 21 22 23 24 25 26 27 28 2R 30 31 32 33 34 35 3b 37 38 39 4a 41 42 43 44 45 C. Repair Mortar Placing: 1. Conform io manufacttuer's recommended procedures fo�• mixing and placing repair rnortar. 2. After iniiial mixing of repair mortar, additiQn of water is pot allowed. 3. Minimum Thicirness: a. Insfall repair :mortar to not less than minimum thickness recommended by manufactuz'er, and not less than 1/2-inch. b. `1Vhere removal of deteriorated concrete r�sults in repair thickness of less than minimuzn required thickness io return to oz'iginal cancrete surface in isolated areas totaling less ihan ten percent of total repair surface area, remove additiona3 concrete to obtain at least the required rninimum thickness. c. Where surface area with repair thickr�ss iess than minimum required thickness exceeds ten percent of total repair area, notify ENGINEER. d. Provide repair mortar so tha# minimum cover over existing reinforcing steel is two inches. Do not place repair mortar creating locally raised areas. e. Where transitioning to or from wal� surfaces not requiring repair, do not feather-out repair m.ortar at transition. Instead, farm the transition by saw cutting a score lin� ta not less than minimum required repair mortar depth and chip out concrete to the saw cut line. Do not cut ar oiherwise damage reinforcing steel. 4. Qlace repaiz' rt�ortar ta ar� even, uniform plane to z'estore concreie member to its original surface. Out-af-plane tolerance shall be such tY�at the gap between i 2-ineh long straight edge and repair mortar surface daes not exceed i/8-inch, and gap between a four-foot long straight edge and z'epair rnortar surface shall not exceed 1/4-inch. `I'olerances speci�led in this paragraph apply to straight edges placed in any az'ientation at any location. D. Finishing: 1. Provide smooth, steel trowel fmish to repair mortar. ClTY OF FORT WQRTH WE5'FCREEK CHAN1rTEL MASNTENANCE CITY PRQ7ECT hiQ. L D306D 03930 - 9 REFAIR AND REPT.ACEMENT OF CAST-IN-PLACE CONCRE"I'E Page 9 of l0 1 2. When completed, there shalI be n� sharp edges. Provide exterior carners, such as at 2 penetrations, one-inch radius. Interior corners shall be square, excegt eorners to 3 receive p[astic lining which shall be made with two-inch fillet in repair mortar. 4 3.8 REPAIR OF EXPANSION JOINTS A. Surface Preparation: Rernove the follawing frorn surfaces to be repaired: laitance, foreign material, and unsound concrete. Remove by chipping, abrasiva blasting, or hydro bjasting. Additional sttrface preparation, if required, shall i�e as recommended hy expansion joint repair systett�. manufacturer. 9 B. Ins#allation: Installatian shall be as recommended by expansion joint repair system 1 D manufacturer. 11 3.9 REPAIR OF EXPOSED REXN�'ORCING 12 A. Remove, by abz'asive blasting or hydro hlasting, all coz'rosion, foreign maferials, and I3 unsound concrete from area to be repaired. 14 B. 5urface s}�all b� visually dry before applying carrosion inhibitor. Liberally apply 1 S corrosion inhibitor to achieve coverage of 100 square feet per gaIion in two or more 16 coats, by allowing corrosion inhibitor to soalc into substrate. Time betwean coats sha11 17 be the longer of: one hour, or as recommended by corrosion inhibitor manufacturer. 18 Apply using roIIers, brushes, or hand-pressure spray equipment. I9 C. After applying final coat of corrosion inhibitor, minimum c�are time of 24 hours is 20 required. 21 D, Provide high-pressure wash to surfaces to be repaired to rexnove filmy z'esidue fram 22 corrosion inhibitor. 23 E. For mortar coating, conforiz� to Paragraphs 3.7C.B, 3.7D.C, 3.7.D a�this Section. 24 3.10 CRACK INJECTION 25 A. Examine areas under which injection Work will be installed and locate cracks that 26 require injectian. Identify and inject cracks grea.t�r than 0.010-inch wide in structures 27 that retain or contai� watier, wastevNater, or similar liquid. 28 B. Install injection rziaterial in accordance with crack injection manufac#urer's 29 requirements. 30 C. Ai�er injecting and curing, verify that injected material penetrated the crack adequately 31 and that there is no visihle leakage t�rough the crack. After injecting, if crack 32 conti:nues ta leak, re-inject crack at no additional cost to OWNER until stzucture is 33 watertight. 34 D. If proper penetration of crack cannot be achieved, submit to ENGINEER a proposed 35 alternate approach for modifying the specified injection procedure to properly seal the 36 crack. In new concrete and in conc�'ete cracked as a result of CONTRACTOR's 37 operations, perform modifications to crack in3ection proeedure and fully repair the 38 crack without additional cost ta �WNER or extension of the Contract Times. 39 3.11 S�TE Q�[TALITY CONTROL �0 A. OWNER will emplay and pay for services oitesting laboratory for Site quality control 41 testing. ENGINEEA will direct the number of tests and sp�cimens required, including 42 providing necessary m aterials for making and iacility for stQring test specimens. CITY OF P'ORT WQRTH WSSTCREEK CHANNEL MAIf�I`1`�NANCE CITY PROJECT Nb. 1030b0 o�93a- to REPAIR AND REPLACEIvIENT OF CAST-IN-PLACE CONCRE7'E Page IQ of 10 1 CONTRACTOR sha11 make standard compression test specimens as specified in this 2 Section u�der the observation of ENGINEER. CONTRt1CTOR shall pravide: 3 1. Necessary assistance required by ENGINEER. 4 2. A1I labor, material, and equipment required, including rods, molds, thermometer, 5 curing in heated stor�ge box, and all other incidentals requireci, subje�t to appro�al b by� ENGINEER. 7 3. All necessary storage, curit�g, and transportation required for testing. 8 4. CONTRA.CTOR will be charged for cost oi additional testing and investigafion, if 9 any, for Work }aerfarrned that is r�ot in accoxdance with the Contract Docuz�aents or 10 is oiherwise defective. 11 12 13 14 15 15 37 18 19 20 21 22 23 B. Site Tests of Cement-based Grouts arad Repair Mortar: 1. 2. Qbtai�a compressiontest specim�ns during construction from. �rst placement of each type of �nortar or grout, aud at intervals thereafter as sel�cfed by ENGINEER, to verify compliance with tha Contract Documents. Speciznens wili be made by ENGINEER oj• ENGINEER's representative. Compression tests and fabz'ication of specimens for repair mortar and non-shrink graut will be perforn�ed in accordance with ASTM C109. Set of three specimens will he made for each test. Tests wi31 he made at seven days, 28 days, and additional time periods as deemed appropriate by �NGINEER. Material, alread}r placed, faiiing to conform to the Contract Docurr�ents, is defective. C. Repair Concrete: Repair concrete shall be t�sted as required in 5ection D3 30 00, Cast- In-Place Cancrete. �4 END OF SECTXON CI'I'Y OF FORT WOR'i'T1 WESTCF2EEK CI-IANNEI, MA�TTE[JA�TCE CTTY C'k2O7ECT 1+i0. 103060 03 30 00 - 1 CAST-IN-PLACE CONCRETE Page 1 of25 SECTION 03 30 OQ CAST-IN-�'T,ACE CONCRETE PART 1 � GENERAL 1.1 SUMIVXARY A. Section Includes: 1. Cast-in place concrete, including formwork, reinforcement, cancrete materials, mixture desi�, plaeement procedures and iinishes, far the following: a. Fiers b. �ooiings c. Slabs-on-gz'ade d. Faundation walls e. Retaining walls (non T��T) f. Suspended slabs g. Blockir�g h. Cast-in-place maril�oles i. Concrete vaults for meters and valves j. Concreta encasement of utility Iines B. Deviations from this City of Fort Worth Staa�dard Specification 1. Concrete toe installation is considered per linear foot (LF) at different eleva�ions as sh�wn in the Bid Propasal Forrn. C. Related Specif catian Sections inc�ude, but at'e noi necessarily lirnited to: 1. Divisian d— Bidding Requirements, Contract Forms and Conditions of the Contraet 2. Division 1— General Requirements 1.2 PRICE AND �AYMENT PROCEDIIRES A. Cast-in-Place Concrete 1. Measurement a. This Ttem is considered subsidiary to the structure or Items being placed. 2. Payment a. The work perfonmed and the materials fnrnished in accordance with this Item are subsidiary to the structure ar Items being pIaced and no other compensation will be allovved. 1.3 RE�ERENCES A. Defini�ions Cementitious Materials a. �'prtland cement alone or in coznbination with 1 or rnore of the following: 1 } Blended hydraulic cement 2) Fly ash 3) Dther pozzolans 4) Graund granulated blast-furnace slag CITY OF FRRT W03ZTH WESTCREEK. Ci-IA�fNEL MAINTEI�ANC� STANDARD CONSIRUC�'ION SPECLFICATION ]JOCUMENTS CI`f'Y PR03BCT NO. 1030b0 Revised Decam6er 20, 2012 P;Iprajects103181Q67-�i19Designl9-4P[ojectManua[ Specificetionsll00%1�N031�33000CashinP[aceConcrete.dacx 0�300Q-2 CAST-�I-PLAC� CONCRETE Page 2 of2S 5) Silica f�me 6. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this 5pecification refer to the current reference standard published at the time of the latest revision dat� ingged at the end of this Sp�cification, unless a date is specifically cited. 2. American Association of State Highway a►�d Transportation {AA5HT0}: a. M182, Burlap Cloth Mad� from Jute ar Kenaf. 3. American Concrete Instiiute (ACI}: a. ACI 13 7 Speciiicaiion for Talerances for Concrete Cansiruction and Materials b. ACI 301 Speciiicafions far Structural Concrete c. ACT 305.1 Specification %r Hot Weather Concreting d. ACI 305.1 Standard Specificat�on for Coid Weather Conereting e. ACT 30$.1 Standard 5pecification for Curin� Conerete f. ACI 318 Building Code Requiremenfs far Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard P:ractice far Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Stanriard Specification for Carbon Structural Steel. b. AI53, Sta�adard Specification for Zinc Coating (Hot-Dip) an Iron and Steel Hardware. c. A193, Standard SpecificatiQn for Allay-Steel and Stainless SteeI Bolting Materiais �ar High-Temperature 5ervice and Other Special Purpose Appl ications. d. A615, Standard Speciiicatio� fo:r De�'orrned and Plain Carbon-Steel Baxs for Concrete Reinforcement. e. A706, Standard Speciiicatinn for �ow-Alloy 5tee1 Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specitnens in the Field. g. C33, Standaxd Specification far Concrete Aggregates. h. C39, Standard Test Meth4d for Compressive �trength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams oiCOncrete. j. C94, Standard Specification for Ready-Mixed Concrete. k. C 109, Standard Test 1Vlethod for Compressive Stz'ength of Hydrautic Cement Martars ([Jsing 2-�nch or {50-mili�nefer] Cube 5peeimens) l. C 143, 5tandard Test Method foz' Slum[a of Hydraulic-Cement Concrete. m. C171, Standard Speci�c�tion �ar Sheet Materials �or CuringC�ncrete. n. C150, Sta�dard Speci�catipn for Portland Cement. o. C172, Standard Practice for SampIing Freshly Mixed Concrete. p. C219, Siandard Terminology Relating to Hydraulzc Cement. c�. C231, Standard Test Method for Air Cont�nt of �'z'eshly MiYed Concrete by tYie Pressure Method. CiTY OP FQRT WORTH WESTCREHK CIIAPINEL MAINTENANCE STAiVJ]ARD CpNSTRIICT'i01V SPECIFICATION DOCUMENTS CITYPR07ECT 1V0. 1D3060 Itevised December 20, 2012 F:Ipmjecls103181067-0119 �esignl9-0 Proleet Manual_Speeifications1100%�UIV 03\03 10 UO Casi-in-Plaee Conerele.docz 03 30 OD - 3 CAST•6�f-PLACE CONCRE7'E Page 3 of 25 r. C260, Standaz'd Spacification for Air-Entraining Admixtures %r Conerete. s. C309, Standard Specification for Liquid Membrane-Farming Connpounds for Curing Concrete. t. C494, Standard Specification for Chemical Adrnixtures for Concrete. u. C6I S, Standa�d 5pecification for Goal FIy Ash and R.aw ar Calcined Natural �'ozzolan for Use in Concrete. v. C881, 5tandard Specification for Epo�y-Resin-Base Banding Systems for Cancrete. w. C983, Standard Specification for Gtoun.d Granulated Blast-Furnace 51ag for Use in Concrete and Mortars. x. C i D I7, Standard Specification %r Chemical Admixtures for Use in Producing Flovving Concrete. y. C1459, Standard Specification for Latex Agents for Bonding Fresla to Hardened Concrete. z. C1Q64, Standard Tes# Method for Temperature af Freshly Mixed Hydraulic- Cement ConcreYe. aa. CI24Q, Star�dard 5pe�ification for Silica Fume Used in Cementitious Mixtures. bb. E115S, Standat'd Test Method for Determining F�Floor Flatn�ss and F�,Floor �,eve�ness Numbers. cc. F�36, Standard Speci�catian for Hardened Steel Washers. �. American Welding Saciety (AWS). a. D1.1, Structural Welding Code - Steel. b. D1.4, Stz'uctural Welding Code - Reinforcing Steel. 7. Concrete Reinfarcing Steel Institute (CRSn a. Manual of Standard Practice $. Texas Departrnent of Transportation a. Standard Specificatiori for Canstruction and Maintenance of Highways, Streets and Bridges 1.�4 ADMINISTRATXVE REQUIREMENTS A. Woxk Included 1. Design, fabrieation, erection and stripping o�formwork for cast-in-place concrete including shoring, res�oring, faJsework, iaracing, proprietary forming systems, prefabricated forms, vaid forms, permanent metaI forms, bullcheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in fartnwork of items furnished byother trades. �. Furnish all iabor and materials required to fabricate, deliver and install reinforcement ar�d embedded metal assemblies fo� cast-in-placa cancrete, incIuding steel bars, welded steel wire fabric, iies, supparts and sleeves. 3. Furnish all labor and materials required to perform the �allpwing: a. Casi-in-place concrete b. Concrete mix designs c. Grouting CIT'Y OF FO1tT WORTH WESTCREEK CHAI�NBL MAIHTENANCE STANDARb CONSTRUCTIQN 5PECIFICATION DOCUMENTS CITY PR03ECT NO. 1 D306Q Revised December 20, 2012 F:lproyects1031850fi7-OIU Aesigfi9•q Pmject Manual_Speeificatiorrs1100�\DIV 03103 30 0� Cast-in-Plsae Cnnerete.docx 033p00-4 CAST-IN-PLACE CONCRETE Page 4 of25 1.5 SUBMITTALS A. Submittals shall be in accordance vt+ith Section OI 33 00. B. All submittals shali be approved by the City pr�or to delivery and/or fabricationfor specials. l.b ACTION SUSMITTALSIINFORMATIONAL SUBM�TTALS A. Product Data 1. Required foz' each type af product indicated B. Design Mixtures 1. For each concz'ete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. 3. Submit alternate design mixtures when charactez'istics af tr�aterials, Project condi- tioz7s, weather, test results or other circumstances warrant adjustments. 4. Indicate amaunis of mixing water to be withheld for later addition ai Project site. a. Include this quantity on deli�ery ticket. C. �tee1 Reinforcement Submittals for Infortnation 1. Mi11 test certi�icates af supplied concrete reinforcing, indicating physical and chem- ical analysis. 1.7 CLOSEOiFT SUBMITTALS �NOT USED] 1.$ MAINTENANCE MATERIA.L SUBM�TTALS [NOT iTSED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A iirm expe:tienced in manufacturing ready-mi�ed concrete praducts and that com- plies with ASTM C94 requiremenis for �roductian facilities and equiptnent 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" B. Source �.imitations 1. Qbtain each type or class of cemeniitious maYerial of the same brand from ihe same manufacturer's plant, obtain ag�'egate from 1 source and obtain admixtures througi� 1 source fram a singie manufactur�r, C. ACI Pub�ications 1. Comply with the following unless m�dified by z'equirements in the Contract Docu- ments: a. t�,.CI 3fl1 5ections 1 through S b. ACT 1I7 D. Concrete Testing Service 1. Enga�e a qualified �ndependent testing agency to perform material ar�aluation tests. CITY OF FO12T W�RTH WESTCREEK CHANNEL MATNTENANCE STANDARD CON5TRlIC'170N SPECIFICATl01�} DOCUMfiNTS CiTY PROJECT ]VQ. 103060 Revised December 2D, 2U12 F:Sprajecis103l85057-Q119 Aesignl9-4 Project Iv{anuel Specificetians1l60%1DIV 03W] 30 00 Cest-in-Placc Concrete.dopc 03300D-5 CAST-IN-PLACE CONCAETE Page 5 of2S 1.10 DELIVERY, STORAGE, AND FIANDLIlVG A. Stee3 Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 2. Avoid damaging coatings on steel reinforcement. B. Waterstaps 1. Stare waterstops undar cover to protect from moisture, sunlight, dirk, oi1 and other contaminants. ].l1 FIELD C�NDITIONS [NOT USED] ]..12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNCR-FURNISHED OR OWNER-SiTPPLIED PR�DUCTS �NOT USED] 2.2 PRODiTCT TI'PES AND MATERYALS A. Manufacturers 1. In other Part 2 articles where titles 6elow izatrad�ce lists, the following requirements apply Yo produet selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not Iimited to, products specified. b. AvailaUle Manufacturexs: Subject to compliance with requirements, manufacturers offering praduets that may be incasporated into the Work include, hut are not limited to, manufac�urers specified. B. Form-Facing Materials l . Rough-Foemed Finis�ed Concrete a. T'lywood,lumber, metal or another appraved material b. Pz'ovide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Charnfer Strips a. Waad, metal, PVC ar rubber strips b. 3/4-ineh x �/-inch, minimum 3. Rustication Strips a. Waod, metal, PVC or rubber strips b_ Kerfed for ease of %rm r�tnoval 4. Form-Release Agent a. Commercially formvlated forrn-release agent tI�at will not bond with, stain or adversely affect concrete surfaces b. Shall not impair s�bsequent treatments of concz'ete surfaees c. For steel form-facing materials, formulate with z'ust inhibitor. 5. Fnrm Ties CITY OF FORT WORT}i '4V�STCI2EEK CHANNEL IvIAINTENAIVCE STANDARD CONSTRUCTION SPECIFICAITON DOCUNf�NiS CiCY PROJECT ]�O. ]03060 Revised Decemher 20, 2Q 12 F:4prajeeis103I850fi7-0J19 Uesignl9-4 Projec� Manual_Sp�citiCativnS1100 f\DIV 031D3 30 00 Casi-in-Plece Cancrete_docx 033000-6 CA3T-IN-PLACE CONCRETE Page b of25 a. Factory-fabricated, removahle or snap-off inetal or glass-fiber-reinfarced plastic form ties desigr�ed to resist lateral pressure oifresh concrete onfarms and to prevent spalling of concrete on removal. b. Furnish units that will leav� no corrodible metal closer than l inch to the p�ane of exposed concrete surface. c. Furnish ties that, when removed, wi111eave holes no larger than i inch in diametar in conarete surface. d. Furnish ties with integral water-barrier plates to walls indicated to receive dampprooftng or waterproofing. C. �teel Reinfnrcerrient 1. Reinforci�g Bars a. ASTM A615, Grade 60, defarmed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Sar �upports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars arid welded wire reinforcement in place b. Manufacture bar supparts from steel wire, plastic oz' precast concrete according to CRSI's "Manual of S#andard Practice," of greater compressive strength thazl concrete and as foilows: 1) �'ar concrete surfaces exposed to view where legs of wire bar supports contact forrr�s, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steeI bar supports. 2) For slabs�on-grade, provide sand plates, horizontal runners or precast concrete blocks on bottozn w�ere base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Stee� 5hapes and Plates: ASTh�I A36 2. Headed S#uds: Heads welded by full-fusion process, as furnished by TRW Nelson 5tud Welding Divislan or appraved equal F. Expansion Anchors 1. Availabla Produets a. Wej-it Bolt, Wej-it Corporation, Tuisa, Oklahoma b. Kwik Balt II, Hilti Fastening Systerrts, Tulsa, Oklahoma c. Trubolt, Ratnset Fastening Sysiems, k'aris, Kentucky G. Adhesive Anchoz's and Dowels l. Adhesive anchors shall consist of threaded rods anchored with an adhesive syst�m into hardened concrete or grout-flled tnasonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected wiih a static mixing nozzle folIowing manuiacturer's instructions. CITY OF F�RT WORTH WESTCREEK CHANNEL MAINTENANCE STANDARD CONSTRl1CTIQ1� SPECIFICATION DOCUMEI�lTS CITY PR07ECT NO. 103060 Revised I?ecember 2U, �Q12 F:lprojects1631$lUd7-OH9 Designl9-4 Project Manual_Speeificationsll00%1D1V 01t93 30 00 Cast-in-Place Coacrete.doex 033000-7 CAST-IN-PLACS CONCRETE Page 7 af25 b. The etnbedment depth of the rod shall provide a m inizzaum allowable bond strength that is equal to #he alSowable yield capacity of the rod, unless otI�erwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic-Tie c. Powers Faste ners AC 100�- G�old 3. Threaded Rods: A5`I'M A193 a. Nuts: AS`I'M A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finisk�: Hot-dip zinc coating, ASTM A153, Class C H. Inserts I. Provide metal inserts required for anchorage of matez'ials or equipment to concrete constrt�ctian where not supplied by other trades: a. In verticai concrete surfaces iar tran.sfer of direct shear loads only, prnvide adjustable wedge inserts aimalleab�e cast iron camplete with bolts, nuts and washers. 1) Provide }/a-inch bolt size, unless otherwise indicat�d, b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleabie cast iron furnished wit� full depth bolts. 1) Pro�id� 3/a-inch bolt size, unless otherwise indicated, I. Concrete Maierials 1. Cementitious Material a. Use tk�e folIowing cementitious materials, of the same type, brand, and source, tk�roughout Project: 1} Portland Cemer�t a} ASTM C150, Type I/�I, gray b} Supplement �+ith the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast-Furnaca Slag (a} ASTM C989, Grade 1 QO ar I20. 2) Silica Fume a) ASTM C1240, amarphous silica 3} Normal-Weight Aggregates a) ASTM C33, C�ass 3 S coarse aggt'egate or be�ter, graded b) Provide aggregat�s from a single source. �F) Maximum Coaz'sa-Aggregate 5ize a) 3/-inch rlom.111a� 5) Fine Aggregate a) Free of m.aterials with deleterious reactivity ta alkali in cement 6) Water a} ASTM C9� and potable J. Admixtures CITY OF FORT WORTH WESTCREEK. CNANNEL MAINTENANCE STANbARD CONSTRUCTION SPECih iCA1TON DdCUMENTS CITY Pi20JECT NO. 1030�0 Revised Decem6er 20, 20 k2 F:lprajeels103181Q67-0119 �esign59d Projeet Menual_SpaeiFeations1106%1PTV 03103 30 �p Cast-in-('kace Cancrcte.dbcx p33400-5 GAST-IN-PLACE CONCRE'TE F'age 8 of25 1. Air-Entraining Admixture a. ASTM C260 �. Chemscal Adrnixtures a. �rovide admi�tures certified by rnanufacturer to be compatihle with other ad- rnixtures and that will not contribute water-saluble chloride ions exceeding those permitted in hardened concrete. b. Do nat use calcium chloride or admixtures containing calcium chloride. c. Water-Reducing Admixture 1) ASTM C494, Type A d. Retarding Admlxture 1) ASTM C494, Type B e. Water-Reducing and Retarding Admixture 1) AS`I'M C494, Type D f. High-Range, Water-Reducing �.dxnixture 1} ASTM C494, xype P g. High-Range, Water-Reducing and Retarding �4dmixhare I) ASTM C494, Type G h. Plasticizing and Retaxding Admixture 1) ASTM C1017, Type II K. Waterstops 1. Self-Expanding Butyl Strip Waterstnps a. Manufactured rectangular or tz'apezoida� strzp, butyl rubber with sodium bentonite or other hydrophilic palym�rs, for adh�sive bonding to cancrete, 3/a- inch x 1-inch. b. Available Products 1} Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Cancrete Sealants Inc.; Conseal C5-231 3) Greenstreak; �wellstop 4) Henry Company, Sealants Division; Hydro-Flex 5) JP Specialties, Inc.; EarthshieId Type 20 6) Pragress ilnlimited, Inc.; Supersiop 7) TCMiraDRi; Mirastop L. Curing Materials 1. Absorptive Cover a. AA.SHTO M1$2, Class 2, burlap cloth made from jute ar kenaf, vt+eighing agproximat�iy 9 ounces/sqliare yard when dry 2. Moisture-Retaining Covex a. ASTM C171, polyethylene �lm ar white burlap-polyethylene sheet 3, Water a. Potahle 4. Clear, Waterborne, Membrane-Forming Cluing Compaund a. ASTM C309, Type 1, Class B, dissigating b. Available Products l) Anti-Hydro International, Inc.; AH Curing Compaund #2 DR WB 2) Burke by Edaco; Aqua Aesin Cure 3) ChemMasters; Safe-Cure Clear CITY OF FORT WORTI-1 WESTCREEK CHANNEL MAINTENANC� STAI+IDARD CONSTKUCTION SPECIPICATIOIV DQCUMENTS CITY PROJECT �IO. 10306Q Revised Dccember 20, 2p12 F:lpeoject§1031 B1D67A 149 Oesig�59-4 Froject Manusl Specifications110Q°/1biW 03503 30 DD Cast-in-Place Concrete.doc�c 63 30 00 - 9 CAST-6Y-FLACE CONCRETE Page 9 of25 4) Conspec Marketing & Mainufacturing Co., Inc„ a Dayton 5uperior Campany; W.B. Resin Cure 5) Dayton Superiar Corparation; Day Chem Rez Cure (J-11-Vi� 6) Euclid ChemicaI Company (The); Kurez DR VOX '1) Kaufman Products, Inc.; Thin�ilm 420 $) Lambert Corporation; Aqua Kure-Clear 9} L&M Canstruction Chemicals, rnc.; i�&M Cure R 1 D) Meadows, W. R., Inc.; 110Q Clear 11) Nax-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Daytan Superiar Company; Resi-Chem Clear Cure 13) Tamms Industrles, Inc.; Horncure WB 34 14) Unitex; Hydra Cure 309 15} US Mix Products Company; U5 Spec Maxcure Resin Cleaz' lb) Vexcon Chennicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials I. Bnnding Agent a. ASTM C1059, butadiene Type II, non-redispersible, acryi�c emulsian or styrene 2. Epoxy Bondi.ng Adhesive a. ASTM C8�1, 2-component epoxy reszn, capable of humid curing and bonding to damp surfaces, of class suitable for applicatzon temperature and of grade to suii requirements, and as fallows: 1) Types I and II, nan-load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened cnncrete 3. Reglets a. �'abricate reglets of not less than 0.0217-inch thick, galvanized steel sheet h. Temporat'ily fill or cover face opening of regIet to prevent intntsion af concrete or debris. 4. Sleer�es and Blockouts a. Paxmed with galvanized metal, galvanized pipe, polyvinyl chloride pip�, flber tubes or wood S. Nai1s, Spikes, Lag Bolts, Thrnugh Bolts, Anchorages a. Sized as required b. Sha11 be of strength and character to maintain formwork in pla�e while placing concrete N. Repair Materials 1. Repair Underlaym�nt a. Cement-hasad, palymer-modified, self-Ievelir�g product that can be apglied in thicknesses af I/S inch or greater I) Do nnt feather. b. Ceta�ent Binder 1) ASTM C150, portland cement or hydraulic ar blended hydrattlic cement as def ned in ASTM C219 c. Primer C1TY OP PORT WOItTH STAIJDARD Gi?NSTRiTCTl01� SPECTFICATION DOCiJMEN'I'S Itevised December 20, 2012 WEST�REEK CHANNEL MAfNTENANCE CITY PR07ECT 1�i0. 103060 F:lprojeGs103I84067-QR9 Designl9-6 Pr¢jeet Menual_5peciPicalions1100%LDIV 63103 3000 Caai-in-PleceConerete.doc�c 033DD0-10 CAST-IN-PLACE COhTCRETB Pagc 10 af25 1} Product of underlayment manufacturer recommenrled for substrate, condi- tions, and application d. Aggregate 1) Well-graded, washed gravel, lI8 to 114 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not lass than 4104 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayrner�t a. C�itnent-laased, polymer-modified, seif leveling prod�ct that can be applied in thicknesses of 1/8 inch or greater 1} Do not feather. b. Cement Binder 1) ASTM C150, portland ce�rzi�nt or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Produet c�f topping manufacturer recammended for substrate, cond�tions, and application d. Aggz'egate 1) WeII-graded, washed grauel, 118 to 114 inch oz coars� sand as recommend- ed by topping manufaeturer e. Compressive 5trength 1) Not less than 5000 gsi a� 28 days when iest�d according to ASTM C1D9 O. Concrete Mi�ures, General Prepare design mixtures for each type a.nd strength of cancrete, proportioned onthe basis of laboratary trial mixtuz'e �r feld test data, or bath, according to ACI301. a. Required average stre�gth above specified strength 1) Bas�d on a record of past perforntance a) Detertnination of required average strength above speciiied stxangth shall be based an the standard deviatian record of the xesults nf at least 30 consecutive strength tesis in accordance with ACI 318, Chapter 53 by the larger amount defined by farmulas 5-1 and 5-2. 2) Based on jaboratory trial mixtu:res a) Proportions shall be selected on ihe basis of laboratory trial batches prepared in accQrdance with ACI 318, Chapter 5.33.2 to produce an average strength greater than the specified strength fc by theamount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing Iabaratozy oz' qualified concrete suppIier. 4) For each proposed mixt�.u�e, at least 3 compressive test cy3inders shall be made and tested for strength at the speci�ed age. a) Additional cylinders may be made far iestin.g far information atearlier ages. 2. Cementitious 1Vlaterials a. Limit parcentage, by weight, of cementitious rr�aterials other than portland ce- ment in concre�e as follows, unless specifieci otherwise: I) Fly Ash: 25 percent GITY OF FORT WORTH WESTCREEK CHANNEL MAINTENANCE STANDARD CON5TRUCTION 5PECIFiCAT[ON DOCUMENTS CTTY PROJ�CT NO. 1030bD Revised neeemher 20, 2d12 F:1pmj ects103181Q67-0119 �asign144 Projeet Manual�5peciticatipnsU UO%W1V 031D3 3Q 00 Cast-in-Place Concrete.dacx D33p00-11 CAST-IN-PLACE CONCRETE Pege i 1 oi25 2} Cambined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Furnace Slag: 50 p�rcent 4) Combined Fly Ash or Pozzolan and Ground Gz`anulated Blast-Furnace SIag:50 percent 5) Fortlar►d cement m�natnum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica �'u�e: 1 Q percent 7} Cornbinad Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzojans not exceeding 25 percent and silica fu�ne not exceeding 10 per- cent 8) Combined Fly Ash or PozzoIans, Ground Granul�ted Blast-Furnace Sla�, and Silica �'ume: 50 percent with fly ash or pozzolans not exce�ding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride-ion eontent in hardened cancrete to: a. p30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 4.15 percent by weight if concrete will be e�posed to chlarides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continuaIly dry and protected. 4. Admi�ures a. Use admi�tures according to manufacturer's written instructior�s. b. Do not use admixtures vvhich have not been irscarpQrated and tested in accepted m��es. c. Use water-reducing high-range water-reducing ar plasticizing admi�ure in concrate, as required, for placement and workabiIity. d. Use water-reducing and retarding adrn�xture when required by high temperatures, law humidity or other adverse placement conditions. e. Use water-reducir�g admixture in pumped cone:rete, concrete for heavy-use industrial slabs and parking structuxe slabs, concrete required ta be wa�ertight, and �oncrete with a water-ceznentiti�us materials ratio below 0.50. f. Use corrosion-inhibiting admixture in concrete rnixtures where indicated. P. Con�rete Mi�ures 1. Refer to T�OT `°Standard Specifications for Construction and Maintenance of Highways, Str�ets, and Bridges" for: �. Culverts b. HeadwafIs c. Wingwalls 2. Proportion narmal-weight concrete mixture as follows: a. Minimum Campressive 5trength: 3,000 psi at 28 days b. Maxirnum Water-Cementitious Mat�rials Ratio: 0.50 c, Slump Limit: 5 inches or 8 inch�s for concrete with veri�ed slump of 2 to 4 inches before adding high-range water-reducing adrr�ixture or plasticizing admixture, plus or minus I inch d. Air Cont�nt: 6 percent, plus or minus 1.5 percent at paint of delivery for 3/4- inch nominar maxirnurz� aggregate size Q. Fabricating Reinforcement CITY OF FQRT WORTH WESTCREEK CHANNEL MATNTENANCE STANDARD CONSTRUCTiO�Y SPEC�ICATiO3+[ DqCEIMENTS CITY PROJECT N�. ] D3060 Revised T7ecember 20, 2012 F:Sprojecis10 3 1 810 6 7-4 119 Designl9-M1 ProjeCt Manual Specificetionsll QO°hll]1V 03103 3p QO Casl-in-Plaee Conereta.dpex a3 30 00 - iz CAST-IN-PLACS CONCRETE Page 12 of25 I. Fabricate stee� reinforcement according to CRSI's °Manual of Standard k'racti�e." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shail ba made by drilling or punching. Holes shall not be mad� by or enlarg;ed by burnir�g. Welding shall be in accordance with AWS D1.I. 2. Metal assemblies exposed to earth, weathe:r or maisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip gaivanized or painted with an epoxy paint. Repair gal�anizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing 1. Ready-Mixed Concre#e: Measure, batch, mix, and deliver concrete according to ASTM C94, and ��rnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce tnixing and delivery time from 1-1/2 hours to 75 minutes; when air femperature is above 90 degrees Fahrenheit, reduce mixing and delivery tim� to 60 minutes. 2. Project-Site Mixing: Measure, b�ich, and mix concrete rnatexials and cancrete according to ASTM C9�/C94M. Mix concrete materials in appropriate drum-type batch machine mixer. a. For mixer capacity of 1 eubic yard or smaller, cantinue mix�ng at least 1-1/2 minutes, but not more than 5 rninutes after ingredients are in mixer, before any part of ba#ch is released. b. For mixez' capacity larger than 1 cubic yard, increase mixing time by 1 S seconds for each additional I cubic yard. c. Provlde batch ticl�et �or each batch discharged and used in the Work, indicating Project identification name and nurnber, date, mixt�re type, mixture time, quantity, and amount af water added. Record approxitnate lacatian of final deposit in structure. 2.3 ACCESSURIE� [NOT USED] 2.4 SOURCE QUALITY CONTROL jNOT USED] PART 3 - �+ XECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATZ�N [NOT UBED] 3.3 PREPAR.AT�ON [NOT US�DI 3.a INSTALLATI4N A. FormwQrk I. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support �ertical, lateral, static, and dynamic ioads, and construction loads thatmight be applied, until strucfure can support such laads. CTTY OF FORT 4VORTH W�.STCREEK CHANNEL MAINTEI+#ANCE STANDAFtD Cp�TSTRUCTION SPECIFICATTON T]OCUMENTS CiTY PR07ECT NO. 103pbU IZevised December 20, 2D l2 F:lprajects103181067-0119 Designl9-0 Project Manual_SyaciBc2tionsU09%1DN 03103 36 00 Cast-in-Place Conercte.dacx Q3 3D 00 - 13 CAST-lN-PLACE CONCRETE Page 13 of25 2. Construct fortnwork sa concrete members and structures are of size, shape, alignn3ent, �levation, and position indicated, within talerance �imits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - I/2 inch. 3) Lines, surfaces and arises �reater than l OD feet is� height - 1/1040 tirries the height but not more ihan 6 inches. 4) Outside corner of exposed corner colurr�ns and cantrol joints in concrete exposed to view greater than 140 feet in height - 1/200D times the height but not rnor� ihan 3 inches. b. Lateral aligiment 1) Mernbers - I inch. 2) Cen#erline of openings 12 inches or smaller and edge location of larger openings in slabs - I/2 ineh. 3) Sawcuts, joints, and weakened plar�e embedmen�s in slabs - 314 inch. c. Level alignment 1) Elevation of slabs-on-grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs befnre remaval of shores - 3/� ineh. 3) Elevaiion of fornned surfaces before removal of shores - 314 inch. d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns �nd thickness of walls and slal�s. 1) I2 inch dimension or less - plus 112 inc$ to minus 114 inch. 2) Greater tlian l2 inch #0 3 fooi dimension - p�us 1/2 i�ch to zninus 3/S inch. 3) Greater than 3 foot dimension - plus 1 inch to mznus 314 inc�. e. Relative alignment 1) 5#airs a) Difference in height befiween adjacent risers - 118 inch. bj Difference in width between adjacent treads - 114 in�h. c) Ma�mum diffez'ence in height between risers in a flight of stairs - 3/S inch. d} Maximum difference in widtn between treads in a flight af stairs - 31$ inch. 2) 3) A) Grooves a) 5pecified widti� 2 inches or less - 1/8 inch. b) Speeified width 6etween 2 inches and 12 inches - 114 inch. Vertical alignment of outside corner of exposed carner columns and control joint graoves in concrete exposed to view - 1/4 inch in 10 fee#. All other conditians - 318 inch in 10 feet. i,imit concrete surface zrregu�arities, designated hy ACI 347R as abrupt or gradual, as follows: a. Class B, I14 inch for smooth-formed finished surfaces. b. Class C, 112 anch for rough-formed finished surfaces. 4. Construct forms fiaght enough to prevent lass of concrete mortar. CITY OF FORT WORTH STANT�Ak2D CONSTRUCTION SYECIPICATION 1�OCUMENTS Ravised Decem6er 20, 2Q l2 W�STCREEK GHAIVI�IEL MAQVTENANC� CI'Ii' PRQJECTNO. 1030bD F;1proj ects163181067-0119 oesign59h Pmject hTennal_Speeificatians11�09la4DIV 03103 30 00 Cast-in-Place Concle[o.docn 03 34 00 - l4 CAST-IN-PLAC� CONC1tETS Page 14 of25 5. Fabricate foz'ms for easy removaf witho�.t hammering or prying against concrete slarfaces. Provide crusi� ar wrecking plates where stripping may damage cast concr�te surfaces. Provide top forms far inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Ir�stall keyways, reglets, recesses, and the like, for. e�sy rertzoval. b. Do not use rust-staineci steel form-facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and siopes in finished concrete slufac�s. Provide and secure units to support screed strips, use strike-off t�xnplaYes ar compacting-type screeds. 7. Construct formwork to cambers shown or specified an the Dravt�ings to allow for structural deflection of the hardened concrete. Pro�ide additionai elevation or carr�bar in fortaawork as required for anticipated formwork deflections due to weight at�d pz'essures of concrete and construc#ion loads. 8. Foundatian �lements: Porm the sides of all below grade portions of bearr►s, pier caps, walls, and columns straight and to the lines and grades specified. Da no earth foz't� %undation elements unIess specifically indicated on the Drawings. 9. Provide teraporary openings for cleanouts and inspection ports where in�erior a.rea of fQrmwork is inaccessible. Close openings wit,h panels tightly fited to farms and securely braced #o prevent Loss of concrete mortar. Lacate temporary openings in farms at inconspicuaus locations. 1Q. Chamfer exterior carners and edges of permanently exposed concrete. 1 l. Farm openings, chases, offseis, sir�kages, keyways, xeglets, blacking, screeds, and bulkheads required in the Work. Deternnine sizes and loeations from trades providing such items. 12. Clean fot'ms and adjacent surfaces to receive cancrete. Remove chips, Wvood, sawdust, dirt, and other debrss just before placing concrete. 13. Retighten farms and bracing before placing concrEte, as required, to preventmortar l�aks and mainiain proper a]igntnent. 14. Coat contact surfaees of forms with form-retease agent, aceording io manuiacturer's written insiructions, before placing reinforcement, anchoring devices, and errzbedded items. a. Do not apply form release agent where cancrete surfaces are scheduled to receive subsequent iinishes which may b� affected by agent. Soak �contacf surfaces ofuntreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items P1ace and secure anchorage devices and other eznbeddac� items required for adjoining work that is attached to oz' supparted by cast-in-place concrete. Use setting drawings, �emplates, diagrazns, instru�tions, and directions furnished with items to be �mbadded. a. Insfiall anchoz' z'ods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location aibalt graup (center): '/z inch 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH W�STCR.EEK CHANiVEL Mt11NTENANCE STANDARD CONSTRUCTiOAt SPECIFICATI4N DOC[1MEIVTB C1TY PROJECT NO. 103060 Revised December 20, 2fl 12 F;1pmj¢ets543 1 619 57-0159 I]esignl4-d ProjecE Mffime1_Specifications110D°h1UIV 031�1 30 00 Cast-in-Place Concwte.docs 03 30 00 - 15 CA5T-IN-PLACE CONCRETE Page l5 of25 4) Angle off vertical: 5 degrees 5) Bo�t projection: � 3/8 inch b. Install reglets ta receive waterproofing and to receive thraugh-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown atlintels, shelf angles, and ather conditiflns. C. Removiag and Reusing Forms 1. Do not back�li prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of fhe Work that does not support weight of eoncrete may be removed af�er cumulativejy curing at not less than 50 degrees Fahrenheit far 24 hours after placing concrete, if concret� is hard enough ta not be damaged by form-remo�al operations and curing and prntection oparatians are maintai�aed. a. Lea�e fornnv,aork for beam soffits, joists, slabs, and ather structural elements that supports weight of concrete in place until concrete has achie�ed at least 70 percent af its 28-day design compressive strength. b. Da not remove fartnwar� supporting conventionally reinfarced concrete until concrete has attained 70 percent of its specified 28 day corr►pressive strength as established by te5ts offield cured cylinders. In the ahsence of cylindar tests, suppQrting formwork shall remain in place until the concrete has cured at a temperature af at least 50 degrees Fahrenheit for the minimum cumulaiivetima periods given in ACI 347, 5ection 3.7.2.3. Add the periad oftiz�e wh�r� the surrounding air temperature is belnw 50 deg�rees Fal�renheit, to the minimum listed tima period. Formwoz'k for 2-way canventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for l-way slabs of the same maacimum span. c. TmmediateIy reshore 2-way canventionally reinforced slabs after fortnwark removaL Rashares shall remain untiI the concrete has attained tI3e specified2S day compressi�e strength. d. Minim�m cumulatzve curing times may be reduced by the use of high�early strength cemen# or forming systems which allow form removal �r+ithout disturbing shores, but only af�er ihe Contraetor has demonstrated tn the satisfaction ofthe Engineer that the early removal of forrr�s will nat cause excessive sag, distortion or damage to the concrete eIements. e. Completely remove wood forms. Pro�ide t�mparary openings if required. f. Frovide adequate methods of eLiring and thermal protection of expased concrete if forms are removad prior to completian of specified curingtisne. g. Reshora areas required to support construction loads in excess af 20 pounds per square foot Ya properly distribute cpns#ruction loading. Construction Ioads up to the rated live load capacity �ay be pl�.ced on unshared construction provided the concrete has attained the specified 28 day compressive strength. la. Obtaining concrete compressive strength tests for the purposes nf form removal is the respansibility of the Contractnr. i. Remove farms only if shores have been arranged to permit removal offorms wiihout loosening or disturhing shores. CTTY OF PORT V�ORTH WESTCREEK CHANNEL IvIAINTENA3�ICE STANDARD CONSTRUCTION SPECIPICATION DOCUMENT5 C1TY PRO]EC'F NO. 1D3060 Revised December 20, 2012 �':tprojeclslW I$Ip67-0119 6esignl9-4 Projecl Manval_Spsc�cffi':ansll0o%1D1V D3103 30 00 Cest-i¢-Piace Conc�te.docx assnoo-i� CAST-IN-PLACE CONCRETE Page 16 of25 3. Clean and repair surFaces of forms ta be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaees. Apply new form-release agent. 4. When forms are reused, cIean surfaces, rem�ve fins and laitatzce, and tighten to close jaints. Align and secure joints ta a�void offsets. Do nat use patched �'orms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Cantractor is salely responsible far proper s�oring and reshoring. 2. Camply with ACI 318 and ACI 3Q1 for design, installation, and removal of shoring and resharing. a. Do not remove shoring or reshoring uniil measurement of slab talerances is complete. 3. P1an sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction �rithout excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for pIacing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vaporretarder befora placing concrete. 2. Clean reinforcennent of loase rust and mill scale, earth, ice, and otherforeign �materials that would reduce bond ta concrete. 3. Accura.tely pasition, support, and secure reinforcement against displacernent. Lacate and suppart reinforcement with bar supports to maintain minimum concrete ca�er. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AW5 D1.4, where indicated. Only sieel canforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, bearns and joists: 1) Members S inchas deep or less: f�B inch 2) Members mare than S inches deep: �1/2 inch b. Concrefie Cover to Forrrzed ar �'inished Surfaces: *31$ inches for members 8 inc�es deep or less; f112 inches for members over 8 inches deep, except that tolerance for caver 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: I-112 inehes c. Grade beams and exterior face of formed wa11s and cQlumns expased to weat�Zer or in cantact with the graund: 2 inck�es 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 %r minirnunn lap of spliced bars where not spe�i�ed o�► the documer�ts. Do not lap splice no. l4 and 18 bars. CITY OF FORT WORTH ' WESTCREEK CHANNEL MAIh!"I"ENANCE STANDARD CON5TRUCTION SYECIFTCATTON DOC[3MENTS CITY FROdECT NO. 1Q3060 Revised December 2Q 2012 F:Ipmjects103181057-(V119 Assignl9-0 Project Manual_SpeeificaGons�l00%1DN 03103 3 0 00 Casi-in-Plnce Concrete.docx 0330b0-17 CAST-IN-PLACE CQNCRETE Page 17 of25 7. Field Welding af Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Fr�ld Frepare alI areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. �'. Joints I. Ger�eral: Construci�ni:nts true to line with faces perpendicular to surface glane of concret�. 2. Construction �aints: Install so strength and appearance o�'concrate are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Gontinue reinfnrcement across eonstruction joints, unless otherwise indica�ed. Do not continue reinforcement through sides of strip placements c�f �loors and slabs_ b. Form keyed j oin�s as indicaied. Embed keys at least 1-112 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the rn.iddle third ofspans. Offset j oints in girders a misumum distance af twice the heam width from a beam-girder intersection. d. Locate horizantal joints in wal�s and columns at underside of floors, slabss beams, and girders and at the top of footings or floor slabs. e. Spac�: vertical joints an walls as indicated. Locaie joints beside piers integral with walls, near corners, and in cancealed locations where possible. f. CJse a�anding agent at locatior�s where fresh concrete is placedagainst hardened or partially hardeneci cancrete surfaces. 3. Doweled Join�s: Install dowel bars and supgor� assemblies at jaints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to pre�ent cancz'ete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in const�ruction joints and at other joints indicated ta form a contin�aous diaphragm. Tnstall in longest lengths practicable. 5upport and protect exposed waterstops during pragress of the Work. Field fabricate joints in v�atersfops according to manufacturer's written instructions. 2. 5elf-E�spanding Stz`ip Wat�rstops: Install in construction joints and at other locations indicated, accarding to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install inlongest len�;ths practicable. H. Adhesive Anchors 1. Corr�ply with the manufacturer's installatiqn instructions on the hole diatneter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. 1'roperly clean out the hole utilizing a wire brush and compressed air to removeaIl loase material fram the hole, prior to installing adhesive material, I. Cancrete Placement 1. Before placing concrete, verify that installatian af fonmwork, reinforcezzaent, and embedded ite�ns is complete and that �'equired inspectians have beenperfarmed. CITY QF FORT WORTH WESTCREEK CIIANDIEL MAINTEAIANCE STANDARD CONSTRUCTIOA! SP�CTFICATION DOCLIIVIEIVT3 GITY PR07ECT NO, 10306p Ae�ised Decamber 2Q, 2012 F:lprnjects143185pb7-�I19 Designl9-4 Project 1Nenual_$pecifecalions11fl0%SUIV 03103 3000 Cest in-Plece Concrete.dacx oa �3 00 SUPPi,EMENT.4RY CONDiT10NS Page 5 aF6 END OF SECTION Revision Log DATE NAME SI�MMARY OF CMANGE 11221�016 F. Griffin 5C-9,01., "City's Projeet Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the kink such that files can be accessed via the City's website. CITY OF PORT WORTI-I WESTGREEK CHANNEL MAUITENANCE STANBARD CONSTT2UCTION SPECIFICATION DOCUMENT5 CITY FR07ECT NO. 103060 Revised March 9, 2020 F;5PR07ECTS104181tld7�0119 �ESiGIV49-q AAOJECT MANUAL SP�CFFICATIONSII D6%1➢1V Od1p0 73 00 SUPPLEIS�N'fARY COTIDIlIONS.DOC DO 73 aQ SUPPLEMEIVTAIiY CQNDI7TONS Psgc 6 of 6 PAGE I5 LEFT BLANK 1NT�NTIONAL�Y C1T'Y OP FORT WORTH WESTCREEK CHANNEL MAINTEIJAIVCE STANDARD CO1�I5TRUCTION SPECIFICATIflN DOCiJMENTS CITY PEt01EC'� 1V0. 103460 Revised ivlarch 9, 202p F�5PR07LCTS1031 Sti0B7-D114 DES1GN19-4 PROSECI MAiB[lAl. SPECIFICAT[flNS1100%lAN 00100 73 OOSUPFLES�NTARY COl`IDITIONS.DOC oii�ao-i 5i]ivINiAEtX OF WORK Page 1 af3 sECTioN o� u o0 SLIMMARY OF WORK PARTi- GENERAL �.l SUNIlI7ARY A. Section �ncludes: l. Sumrnary of WorK to be performed in accordance wifh the Contract Documents B. Deviations from this City of Fort Worth Standard Specificatian 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract �`ot'ms, and Conditions of the Contract 2. Division 1- General Requireinents 1.2 PR�CE AND PAYMENT PROCEDiTRES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No sepaxate payment will be allowed for this Item. 1.3 REFERENCES [NOT iFSED] 1.4 ADMINISTRATIVE REQ[nREMENTS A. Work. Covered by Contract Documents I. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Wark speciiicaily governed by dacutnentary requirements for the praject, such as conditions imposed by #he Drawings or Contract Documents in which no specific item %r bid has been provided far in the Proposal and the iieaa is not a typical urut b1d item included on the standard bid item list, then the item shal� be considered as a subsidiary item af Work, the cast of which shall be includ�d in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate usas o� premises under direction of the Ciiy. 2. Assume full respansibility for p�-otection and safekeeping af nnaterials and equiprnent stored on the Site. 3. Use and accupy onl�+ portions of the public streets and alleys, or other pubIic places or other rights-of-way as provided for in the ord'mances of the City, as shown in the Contract Documents, ar as may be speci�cally authorized in wrifing by the City. a. A reasonable amauni of tools, materials, and equipment for construction purposes may be stored in such space, but no mQre than is necessary to avoid delay in the construction ope�'ations. CITY OF �ORT WORTH WE5TCREEK CHANNEL MAfiTT'ENANCE STANDARD CONSTTti7CTION SPECIFICATION DOC[JMENTS CITY PROJECT NO. L03060 Revised Decemher20, 2D12 017100-2 SUIVIMAItY OF WORK Page 2 of3 b. Excavated and waste materials shall 6e stored in s�ch a way as not tn intez'fere with the use of spaces that may he designated to be left free and unobstructed and so as nat to inconvenience occupants of adjacent property. c. I�the sireet is occupieci by z'ailroad tracks, the Wark shall be carried an in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance wi#h railroad requirements set forth in Div�sian 0 as weIl as the railroad permit. D. Worlc within Easements 1. Do not enter upon private proper�y far any purpose wlthout having praviously ob#ained permission fram the owner of such property. 2. Do n�t store equipment or materiai on private property unless and until the specified approval of the property owner has b�en secuz'ed in writing by the Contractor and a copy furnish�d to the City. 3. Unless specifically provicFed oiherwise, cleax a�l rights-of way or easements of obstructions which mus# be remaved to malce possibie proper prosecution of the Work as a part of th� project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shruhbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all vvater, sewer, and gas lines, to ail conduits, o�erhead pole lines, or appurtenances thereof, including the constructian of temporary fencas and to all other public or private praperty adjacent to the Work. 5. Notify the proper representatives nf the owners or occupants of the publzc or private lands of interest in Iands which might be affected by the Work. a. 5uch notice shall be made at least 4$ hours in advanee of the beginning af the Work. b. Notices shall be applicabje to both puhlic and private utility companies and any c�arparation, company, individual, or ather, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible far a11 damage or injury to property of any ci�aracter resulting from any act, omission, neglect, or misconduct in the mansier or method or execution Qf the Work, or at any time due to de#'ective wox�C, material, oz' ec�uiprnent. 6. Fence a. Restore all fences encolinter�d and z'ez�no�ed during constructian of the Project to the original or a better than original condition. b. Erect temporary %ncing in place af the fencing removed whenever the Work is not in progt�ss and when tha site is vacated avemight, and/or at all times to pravide site security. c. The cost for all fence work within easements, including removal, temporary closures azid replacement, shall be subsidia.�y to the various items bid in the projeet proposal, unless a hid item is specifically provided in the proposal. CITY pF FQRT WORTH WE5TCREEK CHANNEL MAI�ITENANCE STANDARD CpNSTRUCTION SP�CTFICA7'ION DOCiiMENSS CITi' PROJECT NO. 10306� Revised December 24, 2012 01110D-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMTTTAL� [NOT USED] � .6 ACTION SUBMITTALSlINFORMATXONAL Si�BMiTTALS [NOT USED] 1.'7 CLOSEOUT SUBMITTALS [NOT USEDj 1,8 MAINTENANCE MATERIAL SUBM�TTALS �NOT USED] I.9 QUALITY ASSURANCE [NOT iJSED] 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SYTE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] �ART 2 - PRODUCTS [NOT IISED] PART 3 - E�ECUTION [NOT USED] END OF SECTIDN DATE N�ME Revision Log ST.TMMAR�C OF CHANGE CiTY OF FORT WORTH WESTCREEK CHr�.NNEL MAINTENANCE STA1+iDARiI CO1+I5TRUCTIO�I SPECIFICATIDN I70CUNiENTS CI'I`Y PROJECT N�. t03Q60 Revised December20, 2012 PAG� IS LE�T BLANK INTENTIONALLY olz000-� PRICE ANO PAYMENT PROGEDURE5 Page 1 of 18 sECT�oN o1 zo ao PRICE AND PAYMENT PROCEDURES 1'ART 1 - GENERAL 1.1 CASH ALLOWANCES A. Coordinate materials, eyuipment, arid iheir installation to ensure that each allowance item is cornpletely integrated and in�erfacad with related construc�ion activities. B. Contingency Allawances (NOT USED) C. Testing and Inspecting Allowances: (REFERENCE OWNER's STANDARI] SPECIFICATIOI� 1. Geotechnical Allowance: a. Include an allowancs of $0.40 for a quality control testing services allowance to provide quality control testing for soils, crushed rock, concrete and asphalt. An independent festing laboratory will be selected by Owner and paid for by Contractor. b. Owner shall select a Quality Cantrol Laboz'atary to be paid for by Contractor. Contraetor to pravide testing laboratory's in�oices with Contractor's Applications far Payment. At Contract closeaut, credit unused amounts remaining in the qualiiy controS testiz�g services allowance to the Owner by Change Order. c. Use the quality contro� testing services allawanee as directed by the Engineez' attd Owner to pro�ide quaIity cantrol testing �ar soils, crushed rock, concr�te and asphalt. Costs far re-testing vt+ork with failed test results shall be paid for directly by the Contractor and axe not to be included in the allowance. d. Cantractor shall contact selec#ed testing laboratary to request qualzty control testing services. D. Ins�allation Allowances: (REFERENCE DWNER'S CITY STANDARD SPECIFICATION) 1. IncicYde an a�lowance of �0.00 for a public notification a�lowanee for the Contractor to complete pubiic natification requirements. Contractor shall submit a draft notification Ietter ta the OWNER for approvaL Once the letter �s approved, ContractQr is responsible for delivery of the lettar to impacted residents before disturbance begins. E. Pz'oduct Allowances: (NOT USED} F. Quality Allowances: (REFERENCE OWNER'S STANDARD SPECIFICATION} 1. IncIude an allowance of $0.40 for a suz'veying services allowance to pro�ide as�built survey. An independent surveyor will be selected by Owner ar�d paid for by Contractor. 2. Use the surtfeying services allowance as directed by the Engineer and Owner to pror+ide as-built survey. Costs �or re-survey sha11 be paid for directly hy the Contractor and ar� not to be included in the allowance. 3. I'or as-built survey, Owner shall select a Surveyar to be paid for by Contractor. 4. Contractor shaIl contact selected surveyor to request surveying service�. G. Time Allowances (N�T USED) CITY OP FaRT WORTH VJESTCREEK CHANNHL MATNTENAAfCE 5`i'ANDARD CONSTRUCTIOt�T SPECIFIGATIQN DpCUMENTS CITY PROIECT NO. 103060 Revised December 20, 2012 F:�PROfECT5�0318�067-01\9 �ESIGhl�9-4 PRO] ELT MANLIAI 5PECIF[CATIDNS�A�QR6�PIV 01j0120 Op PRICE AN� PAYMENT PI10CE�llRES.�OCX oizaao-z PRICE AN� PAYMENT PRDCEDURES Page2of18 1.2 iTNIT PRICES: A. Below is the list af items that are not OWNER's standard items. B. All the items shall be: 1. In accordance with the plans and specifications. 2. Cot�aplete and in place unless atherwise nQted. 3. Independent of depth unless otherwise noted. 4. Furnished and installed unless otherwise noted. 5. Include materials and labor unless otherwise noted. ITEM NO. I-16 - TOE MODIFICATION (>2-FOOT T4 4-�`00'T DEPTH} C. Measureinent a. Measurement for this item sha11 be per linear faat of all materials, excavation, concrete, reirlforcing sfieel, saw c��ttirtg of existing slope paving, replacement of existing slope paving, doweling, connections, backfill with concrete fill, labor, equipment, and incidentals necessaty to complete the work. b. The ma�mu�n dimensian for the toe is pla�ed for 18-inches, any additional width of trench will be at the Contractor's expense. B. Payment a. The work perfortned and materials furnished in accordance with this item and measured as provided under "Measurern�ent" r�vill be paid for at the unit price bid per linear foot of "Toe Modification {>2-foot depth to 4-ft deep)". C. The Price bid shall include: ' a. Creeic flow cantro! b. Saw cutting c. Rock trenching. d. Removal and installation of materials e. Reinfozcing steel f; Concrete g, Cleanup IT�M NO. I-17 - TOE MODIFICATION (>4-FOOT TO 6-FOOT DE�'TH) A. Measurernent a. Measurement for this item shall be per linear foot of a11 materials, excavation, cancre�e, reinforcing steel, saw cutting a� existing slope paving, re�lacemer�t of e�sting slope pa�ing, doweling, connections, backfill with concrete fill, labor, equipment, and incidentals necessazy to complete the wor�C. B. Fayment a. The work performed and materials furnished in accordance with this item and measured as provided under "Measurement" will be paid for at the unit price 6id per linear foot of "Toe Modificatian (>4-foot to 6-foot depth)". C1T'Y OF FQRT WORTI-I WESTCREEK CHANNEL MAINiTENANCE STANDARD CONST[tUCTION3 SPECIFICATION pOCUMENTS CITY PRO.IECT NO. 103060 Revised �ecember2D, 2Q12 F.�PROJEG75j0318��57-01\46ESIGN�9-4PROJECiiulANl1AL SPECIpICA7fON5�100%\OIV01�012000PRICEANPPAYMENTpROGE�URES.oDCX 012004-3 PRICEqN� PAYMENTPR4CEDURES Page 3 af 18 b. T�e �naximum dimension for the tae is pIanned for 18-inches, any additional width af trench wiSl be at ihe Contractpr's expense. C. The Price bid shall include: a. Creek flow contrnl b. Saw cutting c. Rock trenching. d. Removal and instaIlation of materiais e. Reinforcing steel £ Concrete g. Cleanup ITEM NO. I-18 - TOE MODIFICATION (>6-FOOT DEl''I'H) A. Measurement a. Measurement for this item shall be pex linear foot af all materials, excavatian, concrete, reinforcing steel, saw cutt�ng of existing slope paving, replacament of e�sting slope paving, doweling, connections, backfill with concrete �11, labor, equipment, and incidentals necessary to complete the work. B. Payment a. Tk�e work performed and jnaterials furrzished in accordance vr+it� this itern and measureci as provided under "Measurement" will be paid for at the unit price bid per linear foot af "Toe Modif cation (>6-foot depth)". b. The maximum dimension for ihe toe is planned for 18-inches, any additional width of trench wsll %e at �i�e Contractor's expense. G The Price bid shail include: a. Creek flow control. b. 5a�v cutting. c. Rock tranching. d. Saw cutting. e. Installation and remo�+ai ofmaterials. f. Rebars. g. Concrete and reinforcing steel. h. Cleanup. ITEM NO. I-I9 - CONC. SLOPE PAVING J'�INT REPAIR A. Measurement a. The measurement for this item shall be by Iinear foot oF conc. Slope pa�ing joint repair. B. Payment a. The work perfornaed and materials furnished in accordance with this item and measured as provided under "Measurement" wiil be paid for at tl�e unit price bid per linear foot of conc. slope paving jaint regair. C. The Price bid shalj include: a. Removal of Vegetation, silt, sand arid other material in the joints. CI'I`Y OF FORT WQRTH WESTCREEIC CHANNEL MAINTENANC� STANDARI? CONSTRIICTIDIV SPECIFICATION DOCUMENTS CiTY PROJECT NO. 1U30b0 Re�ised D�cember 20, 2612 F:1PROlECT5��318�0&7-Of\9 6ESIGN�9-0 PRO}EC7 MANUAL_SPECIFICpTIONS\lOd°6�U4V Ol\0120 00 PRSCE ANfJ PAYMEt�T PROGEpl1RE5.�OCX 012DOD-A PRICE Ah[D PAYNEENTPROCE�URES Page 4 of 18 b. Furnishing,loading, storing, �auling and handling all materials. c. Cleazung of joint. d. �'rovide and apply 2-camponent polyurethane joint sealant. e. Mixing, placing, finishing, and curing al1 material. f. Disposal of excess materiais 3TEM NOS. I-20, II-25 - 3000 PSI CONC. AT STORMWATER OUT�'ALLS (10' X 14') A. Measurement a. Measuremeni for this itert� shall b� per e�ch. B. Payment a. The w�rk perfarmed and materials #'urnished in accordance with the Item ar�d rneasured as provided under "Measurement" shall be paid for at the �.��it price bid per each "3000 PSI Conc, At Stormwater Outfalls". C. The �rice bid sk�all include: a. Installation of 3000 PSI reinforced concrete slab araund stormwat�r outfalls. b. Pipe opening protective measures. c, Furn�shing, placement, and compaction of backfill for faundation. d. Reinforcing rebar. e. Connectlons and doweling rabar. f. Concr�te blockir�g. g. Cleanup ITEM NO. I-21 -�'LOWABLE FILL VOIDS UNDER SLOPE PAVING A. Measurement: a. Measure�nent for this item shall be per euhic yard. B. Pay�nent: a. The work performed and materials furnished in accordance with the Itern and rrieasured as provided under "Measurement'° shall be paid %r at the unit priee 6id per cubic yard of flowahle fill voids under slope paving. C. The Price bid shall incIude: a. Freparatinn and correctio of subgrade. b. Injection holes. c. Furnishing �f tnaterials. d. Monitoring af injection. e. P3acement of flawable fill. f. Hauling. g. Remqval of excess materials. ZTEM NO. I-22 - TEMPORARY CREEK AND TRWD PIPELINE CROSSINGS A. Measurement: a. Measurement of this item shall be per each. B. Yayment: CITY OF PORT Vi�ORTH WESTCREEK CHANNEL MAR�ITENA1+iCE STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS CiTY PAOJECTNO. 103D60 Revised December 20, 2012 F:�AflOJ ECT5�0318\067-91�9 �ESfGiJ\9� PROJ ELT MANUAILSPECIFICATI0N5\1q0%�RN fll`�7. 20 Ofl PRICE ANQ PAYMENT AR4CE4liRE5.aOCX a�.zaoa-s PRICE AN� YAYiNENT PROC�t�UR�S Page 5 of 18 a. The work performeci. and materials furriished in accordance with the Item and measured as pravided under "Meastirement" s�all be gaid fnr at the unit price bid per each "T�mporary Creek and TRWD Pipeline Crossings." G Tha Price bid shall include: a. Crushed stone or earthen fill. b. Lag span or railroad ties. c. Timber mats. d. Crushed rocic. e. Ties, straps, and cannections. f. Remove the materials. ITEM NO. I-23 -`I'REE PROTECTION & TREE PRUNING A. Measurement: a. Measurement for this item shall be per Iump suzz�. of protecting tree and pruning them if required and disposal of tree pro�ection fencing upon corrtpiatzon, complete in place. B_ Payment: a_ The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" shall be paid for at the unit price bid per lump sum of "Tree Protection & Tree PrLu�ing". C. The Price bid shall include: a. Installation of Protec#ive fence, Steel T-posts. b. Tnstallation af protective planks and straps. c. Brar�ch Trimming. d. Debris removal from triinming and disposal. e. Removal of tree protaction f�ncing upon completion. f. Removal of underbrush for the in.stalla�ion of the temporary fence. ITEM NO. I-2� - SITE RESTORATION O�` STAGING AREA 1NCLUDING IRRIGATI4N �'Jl'ING A. Measure�nent a Measurer�aent far this item sha11 be per lump sum oi all materia�s, labor, equipment, and incidentals necessary to complete the wark. B. Payment a. The wo�'k performeci and materials furnished in accordance with the Item and measured as pz'ovided under "Measurement" shall be paid for at the unit price bid per �ump sum af "Site RestoratiQn of Staging Area Including Irrigation Piping". C, The Price bid shall include: a. Staging area aeriation prior to seed placennent. b. Furnishing and placing all the seeds. c. Furnishing, maintaining temparary abave ground irrigation on City of Fort Worth Park Property. d. Rolling and Tamping. e. Watering arzd mowing. f. Disposal of surplus materia�s. C1TY OF FOI2T WQR'I'H WESTCREEK CHAN7d�L MAINTBNEiNCE STANDARD CONSTRUCTiQt�l SPECIFICAT[pN BOCUMEI�I`I'S CITY PR07ECT NO. ] 03060 Revised December �0, 2012 F:�PROlECT5�0318\067-61�9 DE51GN�9-4 PROIECi MANU0.L SPECIFlCR'fi�NS\1a0°,L��1V 01�01 ID 06 PRiCE ANO PAYMENT PROCEOURES.DtlqC 012000-fi PRICE ANP PAYM�N� PRqCE�URES Page 6 of 18 ITEM NO. I-25 - REMOVA�, ��' TYP� II BARRICADE {MULTIPLE LOCATIONS) A. M�asurement a. Measuretnent fpr this item shall be per lurnp sum of a11 materiais, labor, equipment and incidentals necessary to complete the work. B. Payment a. The wark performed and materials furnished in accordance with fhe Ifem and measured as provided under "Measurement" s�►ail be paid for at th� unit price bid per lump sum of "Remaval of Type II Barricade (Multiple Locations}". C. The Price bid shall include: a. Removal of type II barricade. b. Disposal of barricade and any excess materials. ITEM NO. I-26 - RESTORATIf3N OF TYPE II BARRICADE (MiJLTIPLE LOCATIONS} A. Measure�nent a. Measurement for this item shall be per lump sum ofa!! �naterials, labor, equipment and incidentals necessary to complete the vrork. B. Payrnent a. The work performed and matarials fi�rt�ished in accordance with the Item and measured as provided under "Measuz'emen#" shaIl be paid for at the tmit price bid per lump sum of "Restoration of Type II Barricade (Multiple Location)". C. The Price bid shall include a. Furnishing and installing type II barricade, in the same locations to match locations prior ta constructior�. IT�M N0. I-27 - REMOVAL OF TRAFFIC BARRICADE AT JENNiE DRIVE A. Measurement a. Measurement for this item shall be per lurt�p sum of all materials, Iabar, equipment and incidentals necessary to connplete the wark. B. Payment a. The work perfonned and r�aterials furnished in accardar�ce with the Itetr� and measured as provided under "MeasLtz'emenY' shall be paid for at the unit priee bid per lurnp sum of "Removal of Traffic Barricade at Jentue Drive". C. The Price bid shall inciude a. Remaval of barricade. b. Storage of barricade. e. Remaval af any excess materia�s. ITEM NO. I-28 - REiNSTALLATION OF TRAFFIC SARRiCADE AT 7ENNIE DRIVE A. Measurement CITY OF P01tT WORTH W�S`CCIZEBK CHANNEL Mt1II�ITENANCE STANDARD CONSTRUCTIDN SPECIFICATION DOCUM6NT5 C1TY PRO7ECT ]+ip. ] 03060 Re�ised Becemher 20, 2012 F-�PROlECTS\0318\q67-Ol\9 �ESIGN�9 WL PRBJECT MAM1'UAL�SP£CIFlCAFION5�10096\dIV 01�01 20 00 PRICE 0.Np PAYMENT PR4CEaVRFS.p�t�C D12U OQ - 7 PR10E AN� PAYMENT PR�CEDURES Page 7 0# 18 a. Measurement for this item shall be per lurr�p sum of a11 materials, labor, equipment and incidentals necessary ta comple#e the work. B. Payment a. The work performed and materials furnished in accordance with th� Itezn and measured as pravided under "Measuremant" shall he paid for at the unit price bid per luxnp sum of "Reinstallation of Traffic Barricade at Jennie Drive)". C. The Price bid shall include a. Reinstallation of barricade. b. Disposal of excess materials. ITEM NO. I-29 - UTILITY EXCAVATIONS &�.00A`�IONS A. Measurement a. Measurement for the utility's location, utilities protecfion be measured and paid per lump sum. �. �a�ment a. The work performed and materials fumished in accardance with the Ite� and meas�red as provided under "Measurement" shall be paid for at the unit price bid per lump surn of "Utility Excavaiion & Locations". C. The Price bid shall incIucie a. Coordinatian with utility owner for utility excavatjon b. Perform level A{As d��ned by American 5ociety of Civil Engineers) Sub-face utility excavatian to con�rrrn depth af existing utilities. c. E�cavatian and protection of utility. � d. Document utility depths on redlines. e. Confirm no conflict betvs+een proposed activities and �xisting utiIities. ITEM NO. I-30 - 3,004-P5I CONCRETE, AS DIRECTED BY OWN�R A. Measurement a. Measurement for this itezn will be per cubic yard complete in place. The locations depend on field conditions and the use of this item is as directed by owner on multiple loeations and multiple times. B. Payrnent a. The work pe�or�ed and materials furnishad in accordance with the Item and zneasured as provided under "Measurement" shall be paid for at the unit price bid per cubic yard af "3,000-PSI Concrete, As Directed by Owner". G. The Price bid shall include a. Installation of 3,000 psi concrete, cancrete cradl�s, cnncrete blocking, pipe �rotection, pipe floatation preventative measures as directed by the OWNER's representative. C1TY OF FORT WORTH WESTCREEI� CHANIVEI, ivIAJNT�NANCE STANDARD CONSTRUCTION SPEC�ICATLON dOCUMENTS CITY PR07ECT NO. 1U30fi0 Revised Decemher 2U, 2b 12 F:�PROIECl5�0318�067-�1�9 OESIGN�9-4 pRO1FCi' MANIIAL SPECIFILATItlNS\300%�OIV 01�01 20 pp pRfCEqN� PAYMENT pROCE�UAE5.00IX d120 UO - 8 PRIGE ANO PAYMENT PROCEDURES Page8of18 ITEM NO. I-31 - MISCELLANEOi7S CONC. SLOPE PAVING REPAIRS AS DIRECT�D BY OWNER A. Measurement b. Measurement for this item shall be per square yard af all materials, labor, equipment and incidentals to complete the wark B. Payment a. The work performed azid materials furnished in accordance vt+ith the item and measured as provided under "Measurement" shail be paid for at the unii price bid per square yard of "MisceIlaneous eone, slope paving repairs as directed by owner". The locations depend on field canditions and the use ofthis item is as directed by awner on nnultiple locations and multiple items. C. The Price bid shall include a. Shaping and fine grading the placernent are�. b. Filling voids with concrete as needed. c. FLErnishing and applying al� water required. d. Furnishing, loading, and unloadirag, storing, hauling and handling a11 cancrete and base materiais. e. Reinforcing steel. f: �reparing, cleaning, saw cUtting existing concrete. g. Joint nnaterial. h. Doweling an�i connectian to existing concrete as necessary. i. Mixing, placing, finishing and curing all concrete. j. Cleanup. ITEM NO. I-32 - REMOVE AND REPLACE EX. C4NC. STORM OUTFALL A. Measurement a. Measuremeni for this item st�all be per lump sum of aII materials, labor, equipment and incidentals necessary to complete the work. B. Paymeni a. The work performed and materials furnished in accordance with tlae �tem and measured as provided under "Measurement" shall be paid for at the unit price bid per lump sum of removal and replacement of conc. storm outfall. C. The 1'rice bid shall include a. Saw cutting existing concrete. b. Remaval of existing concrete. c. Excavatfon d. Hau1 i ng e. Install new concrete outfajl. f. Furnishing, placement, and compaction af bac�#'ill g. Dowling, connections, and concrete placement h. Cleanup CITY OF FORT WORTH WESTCREEK CHANNHL MATNTENANCE STA3YDARD CONSTRUCT[ON SPEC]FICATION DOCUMENTS CTTYPRDJECTNO. 10306U Revised Decembar 20, 2012 F:tPHOJECF5\0938�067-91\9 dE51GN�9-0 PRPIECTMANl1Al SPEGIFICATION5\100%\�IVU1�012090 PRICEANO PAYMENTpROCF9URE5.dOC% o� zo oa - s PRICE AND PAYMENT PR�C�DURES Page 9 ofi 18 ITEM N�S. I-33, II-24 - REMOVAL OF TRASH AND NO-NATIVE DEBRIS A. Measurement a. Measurement for this item shall be per lu�np sum of all materials, labor, equipment and incidentals necessary to complete the work. B. Payment a. The work performed and materials fumished in accordance with the Item and measured as provided under "MeasuremenY' shall be paid for at the unit price bid per lump sum of "Retnoval of Trash and Non-Native Debris. C. The �rice bid shall include a. Removing and disposing of trash atad debris. b. Excavating and dispnsing ofisite legally at upland location or landfill. c. Permitting, hauling, landfill fees, dues and other miscellaneous cast for disposai of material. ITEM NO. II-17 - 18-1NCH DIAIVIETER REIN�'ORCED CONCRETE PIER� A. Measurement a. M�asuz'ement of this item will be Vertical Linear Feet. This per vertical linear foot bid item is far 1 S-inch diameter reinforced pier installation for the wall supparts at all depths cased or non-cased drilled shafts (ar both) for drilling the pier, rebar, cancrete (high strength early cure), gier casing pipe and all miscellaneous items necessary for the drilIing and construction of the piers, including ground water controi, creek water control, and for clean-up and any atYzer work necessary for acceptab3e installation camplete in place. B. Payment a. The work performed and znaterials furnished in accordance with the Item and measured as provided under "Measureznent" shall be paid for a� ihe unit price bid per VLF of "PIERS". C. The Price bid shall include a. Design of Pier by a Prafessional Engineer in tha State of Texas. b. Creek flow control. c. Prefabricated or cast in place piers. d. Excavation and disposal off site �t an upland location. e. Ground water and surface water contro�. £ Drilling. g. Reinforced concrete placement. h. Curing of concrete. i. Col�neciions to Columns for wall support. j. Cleanup. CITY OF FORT WQRTH WESTCREEK CHANNEL MAINTENANCE 5TANDARD CONSTRUCTTON SP�CIPICATION DOCU3V1ENT5 CITY PROJECT NO. ] 03060 Revised December 20, 2012 Fc�PROlEC�S\a31B�067-01\9nE51GNt9�PRO�IECFM0.NUAL SPECIKICATlONS\100°6�OIVO1�011000PRlCEAN�PAVMENTP80CE6URES.DOflC oiz000-sa PRICE ANO PAYMENT PR4CE�l1RE5 Page 10 of 18 ITEM NO. II-18 — ItEINFORECED CONGEERTER COLUMN A. Measurement a. Meas�rement of this item will be Vertical Linear Foot. B, Payment a. The work perfarmed and materials furnished in accordance with the item and measured as provided under "Measurement" shall be paid for at the unit price bid per VLF of reinforced canerete coiumn. C. The Price bid shall include a. Dasign of CoIutnn by a Professional Engineez' in the State of Texas. b. Excavation and dispasal off site ai an upland location. c. Creek flow contral. d. Ground water and surface water control. a. Prefabricated concrete columns. e. Connections to cancrete pier fot wall support and eonneciion to wall pan�ls. f, Cleanup. ITEM NOS. II-19, II-20 - R�INFORECED CONCRETE PANELS B�TWEEN COLUMN (1-3 FT ,3- 6-FT HEIGHTj A. Measurezrient a. Measurement for this item shall be per lin�ar foot of all materials, labar, equipment, and incidentals necessary to complete tkze work. B. �'ayment a. The work perforrned azid materials furnish�d in accordance with this item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Conc. Panels Between Column (6-ft)". C. The Price bid shall include a Design of Colurnn by a Professional Engineer in the State of Texas�. b. Prefabricated concrete panels. c. Rock �xcavation and trenching d. Grout far trench battom leveling. e. Backfill material behind wall. f. Ground water drain system, ii nec�ssary, based on the Panel Wall System Design Professional Eqgineer. g. Connection between top of the column and the wa11 panel. h. S#ructural grout. i. The segmenial stacked panels are set betwean the pos#s. j. Geotextile Fabric behind coluq�s for soil retention. ITEM NO. II-23 - CONCRETE TOI'PING OF EX. GABIONS (NOT SHOWN ON THE PLANS) A. Measuremen.t a. Measureznent fnr this item shall be per lump surt� of all materials, labor, equipmeni and incidentals necessary to complete the work. C1TY OF FORT WQRTH WHSTCREEK CHAN3V�L MAINTENANCE STANDARD CaNSTRUCTIQI� SPECTFICATTON DOCUMENTS C1TY PAOJECT NO. 10306D Revised December 20, 2012 F:\PROlECT5�0318�067-U1�9 DESIGN�9�0. PROI ECT MANIFAI_SPEC¢ICATION5�10696�DIV 01�01 ZO 0o pRltE ANb PAYMEN7 PROCEfJl1RE5.pOCX 01200�-11 PRICE AND PAYMENT PROCEDURES Page li of 18 b. The locations depend on fteld conditions and the use of this item is as directed by owner on muliiple locations. B. Payment a. The work performed and materiais furnished in aceardance with the Item and measured as provided under "Measurement" shail be paid for at the unit price pe:r lump sum af "Concrete Toppin.g of Ex. Gabions". C. The Price bid shall include a. Concrete forms. b. Placament of Concrete c. Cure of concrete ITEM NO. II-2C - REMOVE �:XISTING CONCRETE WALL AT ACCESS RAM� (NOT SHOWN �N THE PLANS) A. Measurement a. Measurement for this item s�all be per lump sum of all materials, labor, equipment and incidentals necessary ta complete the work. B. Payment a. The work performed and materials furnished in accordance with the Itetri and measured as pz'ovided under "Measurement" shalI be paid for at the uni# price per Iump sum of "Rernove existing concrete wall at access z'amp" C. The Price hid shall include a. Remaving of soil or rock as needed b. Remor�e concrete wall. c. Dispose of debris offsite, in an upland locatian or land fill. d. f'ermitting, hauling anc3 disposal fees. e. Site cleanup. ITEM NO. II-27 RECONSTRUCT CONCRETE VL�ALL AT ACCESS RAMP (NOT SHOWN ON THE PLANS) A. Measuretnent a Measurement far this item shall ba per luznp surn of a1I materials, labor, equipment and incidentals necessary to completa the wark, B, 1'ayment a. The work performed and znaterials furnished in accorciance with the Item and measured as pro�ided under "Measurametat" sha11 be paid for at the unit prica per lump surn of "Reconstruct Concrete Wall at Access Ramp". C. The Price bid shall include a. Reconstruct Conerete wall to pre-construction grades, includizag steel reinforcement, connection to existing concrete, concrete placement, curing. b. Sit� Cleanup. CITY OF FORT WORTH WESTCREEK CHANNGL MAINTE1+fANCE STAiVDARD CONSTRUGTION SPHCIF[CATT�N DOCUMENTS Cli'Y PR07ECT Nfl. 103060 Revised December 20, 2012 F:�PROlELT5�0318\667-01�9 dE5[GN�9� PROfECT MANLIAL_SPECIFICA1lON5t100%�61V al\Ol 20 a0 VRICE AN� PAYMENT PROCEpURE5,p0(3( a1 zo 00 - �z PRICE ANf� PAYMENT PROCE�URES Page 12 of 18 ITEM NO. II-28 NEW GUARD RAIL. A. Measurement a. Measurement for this item shall be per Iump sum of all materials, labor, equipment and incidentals necessary to c�omplete the work. B. Payment a. The work performed anci nr�aterials furnished in accordance wi�h the It�m and measured as provided under "MeasuremenY' shall be paid for at the unit price per lump sum of "New Guard Raij". C. The Price hid shall include a. Removing o� soil or rock as n�eded. b. Furnish and install new guard rail. Trafiic harricade (wood post TL-3) Mash complaint Rail-AD1 B-19) c. Site Cleanup. 13 ALTERNATE� (1VOT USED) I .4 VALUE ANALYSIS (NOT US�D} 1.5 SUBSTI`Z'UTION PR�CEDUREB A. Product Substitution Procedures: I,. Refer to 00 72 00 — Standard General Conditions of the Construction Contract. 2_ Substitutiflns will not be considered when they are indicated or implied on shop Drawing or product data submissions, without separate writt�n request. 3_ Substitutions may be cansidered when a Product becomes utaavailable through no fault of Contractoz'. a. 5hould the Contractor derr�onstrate to satisiaction of Engineer tk�at specified nnaferial or product was ordered in a timely amanner and will not be available in time for jncorporation into this Work, Contractor shall submit to Engineer such data on proposed substitute znatez'ials andlor produc� as are needed to help Engineer determine suitability of proposed Substitution. A. Dncument each request wiih complete data substantiating compliance of propos�d Substitution with Contrac� Documez�ts. 5. A request constitutes a representation that Contractor: a. Investigated groposed product and determined that it meets or exceeds quality level of specified producf and that it will perform function fvr which it is intend�d. b. Will provide same warz'anty for Substitution as for specified Prociuct. c. Wiil coordinate installation and make changes io other Wark which may be required for Work to be camplete with no additional cast to Qwner. d. Will provide a complete operating installation including any and all changes and additions in structure, piping, building, mecha.nical and electrical work, confrals and accessories necessary to accommodate proposed Substitutian. e. Waives ctaims for additional costs or t[zx�e extension which may subsequently become apparent. CITY OF FORT WOItTH �iV�S�'CREEK CHANNiEL MAINTENANCB STANI7ARD CON5TRL7CTION 5PECIFICtiTIbN ]70CUMENTS C1TY PR07ECT NO. 103060 Revised December 20, 2012 k�PROlECT5�0318\967-01�9 OESIGN\4-4 PROIECT MANUAL_SPELIFlCAYIONS1100°�5101Y Ol\0120 �0 PRICE AN4 PAYMEN7 PROCEUURES.00CX oi zo oa - is PRICEAN� P�IYMENT PROCEDURES Page 13 of 18 % Will reimb�rse Owner for review or redesign services associated with review by Engineer and re-approval by authorities, B. Procedure for Requesting Substitutions: 1. Subtnit three copies af request for substitution for consideration in a manner sim.ilax to provisions for suhmission requirements under Section O1 33 QO - Subrnittal Procedures. a. S�bstitutians wi11 be eons3dered as "deviations" to thE Contract Dacuments. b. Submit with transmittal letter desctibing the deviatian and justifications for accepting Substitution. c. Suhmit shop drawings, product data, and certif ed test results attasting to proposed substitutian equivalence. d. Burd�n of �roof is on the Contractor. 2. Limit each r�quest to one proposed Substitution. 3. Transmittal Cnnt�nts: a. Identification of proposed Substiiution: l } Manufacturer's name. 2) Telephone number and representative contact name. 3) 5pecification section or drawing referenc� of orzginally specifed product including discrete name or tag number. b. Manufacturer's literature clearly mark�d to show compliance of proposed Substitution wi#h Contract Documen#s. c. Itemized comparison of original product and proposed Substitution addressing characteristics including but not necessarily limited to: 1) Size. �} Cornposition. 3) Weight. 4) �lectrical or mechanical requirements. S) Installation and maintenance requirements. d. �'roduct experience: 1) Location of previous projects utilizing product in similat situaiic�n per Contract Documents, 2) NaYne and telephane number of persons knowledgeable of proposed product associated with referenced projeets. 3) Available field data and test reports associated with proposeci pxoduct. e. Identify any changes to construction schedule or cost required ta implement proposec� substitution. f. Sample�: 1) Provide in similar m�tner under provisions of Section 01 33 00 as requested by Engineer. 2) P��ovide full size sarrAple if z'equested by Engineer. 3) Samples will be retained hy Engineer until substantial corripletion. 4) �ngineer is noi responsible for loss or damage to samples. CITX OF FORT WQRTH WESTCREEK CHANNEL MAiNTENANCE STANQARD CONSTRUCTION SPECIFICATIQN DOCUMENTS CITY PR07ECT NO. 103a60 Aevised Decem6er 20, 2012 F:�PROlECT5�0318\067-�1\9 nE51GN�4-p VROI EC7' MANUAL_SPECIF[CATI�MS�16p%\pIV 07.1DI 26 O6 PRICE AN� PAYMEtJT PROCEOURES.aOCX atz000-ia PRIC�ANn PAYMENT PROCEDURES Page 14 of 18 C. Acceptance or Rejectian: 1. Engineer will notify Contractor in writing of decision to accept or reject request for Substitution. a. Decision a�' Engineer is iinal. b. Engineer will affix siaxnp and izadicate acceptance of Su6sti[ution with tkie foliowrng stamp: ACCEPTED SLIBSTITUTIaN This review was perFormed for general conformance with the design cancept of the project and general compliance with the contract documents based an information provided by tFte oontractor. Acceptance by engineer does not reiieve contractar fram responsfbility far providing a complete operating installation including any and all changes and additions necessary to accommodate the substitution. Contractor is responsible for: dimensions to be conflrmed and correlated at the jo6site; information that perta9ns soEely to the fabrication process�s or to the means, methods, techniques, sequences, and procedures af constructinn; coordinaiion of the work of all trades; and for perForming all work in a safe and satisfaotory manner. []ate By 2. Engineer reser�+es the right to require proposed Substitution to comply with all asp�cts of specified product to secure design. intent. 3. If reguest for Substitution results in change of Contract Amount or Contract Time, adjustments will be appliad under provisions in Genera� Conditions. 4. Substitutions will be rejected 'zf: a. Su�missipn is noi t�'ough Contractor with Contractor stamp of appraval. b. Requests far Substitution are not made in accordance submission procedures outlined harein. c. Accepi�nce will require substantial revision of tha original design as determined by Engineer. d. Subsfitution is not equal to original product specified or will not adequately perform intended funetion as det�rmined by Engineer. D. Delays: 1. Delays in construction arising by virtue of the �on-availability of a specified material andlor product wi�l not be considered by the Engineer as jus#ifying an extensian of the agreed time of Substantial and/or �inal Completion. I.6 CONTRACT MODIFICATION �ROCEDURES A. Requests for Interpretation: 1. General: A document submitted by the Cantractor requesting clar�ification of a portion nf the Cont�act Documents, hereinaft�r referred to as a Requesi for Interpretati�n (RF'T). 2. Contractor's RFIs: Sl�ould Contractor be unable to determine from the Cantract Documents the exac� material, process, or system to be installed; or when tkze elements of construction are required to occupy the same space (interference); or when an item of Work is described diff�rently at more than one place in the Contract Documents; the Contractor sha!! request that the Engineer make an interpretation of the CITY OF FORT WOItTH WESTCREEI� CHANNEI. MAINT�NANCE STA1�iDARn CONSTRUCTIDN SPECIFICA1TbN DQCUMENTS CITY PRO]ECT NO. 103060 Ravised Decemher 20, 2012 F:�PRofECTS\�i18�067-01\9�£SIGN�9-qPROIECfMAfJUAL 5PECIFICATI6N5�3U0J6�ONa1�052000PRICEAiJUPAYMENTPRO�CEak1RF5-13OCX OI2000-15 PRICE AND PAYMENT PROCEDURES Page 15 of YS x�quirements of the Contract Docurnenis to resolv� such matter. Contractar shall comply with procedures specified herein to make RFIs. 3. Subcontractor-Initiated and Supplzez'-Initiated RFIs: RFIs frorn subcantt'actors and material suppliers shall ba submitted thraugh, be reviewed by and be attached to an RFI prepared, signed, and submitted by Contractor. RFis submitted diz'sctly by subconiractors or material suppliers wiIl be returned unanswered to the Contractor. a. Contractor shall review ajl subcontractor and supplier ir�itiated RFIs and take actions to resolve issues of coordinatiQn, sequencing and layaut of the Work. b. RFIs submitted to request clarification of issues related to means, methods, techniques and sequences of construction or for establishing trade jurisdietions and soapes of subcontracts will be returned withaut interpre#ation. Such issues are solely the Contra�tor's respansibi3ity. c. Contractor shall be responsible for delays resulting frorn ihe necessity �o resubmit an RFI due to insufficient or incorrect information presented in tt�e R�`I. 4. Requested Information: Contractor shall caxefully study the Contracf Doeuta�ents ta ensure that information suffcient for interpretation of requirements ofth� Contract Documents is not includ�d. RFis that request interpretation of requixements clearly indicated in the Contract Documents will be returned without itaierpratation. a. In all cases in which RF'Is are issued ta request clarification of issues related to means, m�thods, techniques, and sequences df construction, for example, pipe and duct rauting, clearances, specific locaiions af Wark shown diagraznmatically, apparent interFerences and sirnilar items, the Contractor shall Furnish all information required for the Engi�eer to analyze ar�dl�r understand the circumstances causing the RFI and prepare a clarification or direc�ion as to how the Contractar shall proc��d. b. If information included with this type of RFI by the Contraetor is insuf�cie nt, the R�'I will be returned. c. Organize RFI considering scope and impact of RFI subject matter on work to be cc�mpleted 6y all trades. Requasted information shall be �irnited to a speczfic work item or area, treatment pracess or specific equipment and critical related systems. RF'Is addressing multiple unrelated subjects will be returned witl�out response with direction to resubmit RFIs conformi�ag to the requirerr�ents ofthis section. 5. A11ow a minimum of 14 calendar days for review af RFI by Engineer upon receipi of RFI ai En�;ineer's office. RFIs recei�ed after 12:00 p.m. lacal time shall be considered r�ceived on the nexi regular working day foz' the purpose of establishing the statt of the I4-day rev�ew period. a. Time required to mail s�bmissions or resubrt�issians is not considered part of r�vie�+ period. b. Unacceptable Uses for RF'is: RFIs shal� t�ot be used for the follov�ing purposes: a. 7'o reques# approval ofsubmittals, use pz'ocedure specified in �ection D1 33 Oa Submittal Pracedures. b. To request approval of substit�tions, use procedt�re as speciiied in this Sectian. c. To request chan$es that only involve change in Contract Tirne and Contract Sum comply with provisions of the Contract General Conditions, as disevssed in detail during pre-constz'uction meeting. CITY OF FOftT WaRTH WBSTCREEK CHANIV�L IvIAIlV'I'EMANCE STANDARD CONSTRUCTIpN SPECIPICAT1Qld DOCUMENTS CITY PRO]ECT NO. ] 03060 Revised December 20, 2012 k�PAQlECf5�0316�067-91\417E51GN\9+1 Pft01 ECTMANl1pL SPECIPICRTION5�100q6�01V 01�01 ZO DO PflfCE ANtl pAYMENT PRPLEpURES.�OC% os zo ao - �.s PRICEAND PAYMfNT PROCEQURFS Pagel6of18 d. To requ�st di��erent methods of perfprming Work than those indicated in the Contract Drawings and Speciiications (comply with pravisions of the Contract General Conditions). e. To request information for several unrelated aspects of work. '1. In the event that the Contractor believes that a clari�cation by the Engineer results in a�iditional cost ar time, Contractor shaIl not proceed with the Work indicated hy the R�'I until authorized to proceed by tkze Or�ner and Engineer and claims, if any, are resolved in accordance with provisinns in the Ganeral Conditions of the Gan#ract. S. Contractor shall prepare and maintain a lag of RFIs, and at any time requested by the Engineer, the Contractor shall furnish copies of the log showing all outstanding RFXs. 9. RFIs shall be prepared using the forrn provided in the Gontract Documents. a. Fortzxs shall be completely filled in, and if prepared by hand, sha�i he fully legible after copying. b. Eac}� RF'I shali be given a discrete, consecutive number. c. Each page of the RFI and each attachment to the RFI shall bear the Praject name, project number, dafe, RFI number, and desc�iptive title. d. Can.tz'actor shall sign all RFIs attestir�g to gaod faith effort to determine from the Contract Documents the information requested foz' iz�terpretation. Frivolous RFIs shall be subject to reimburs�tz�ent firom Contractor to Owner for fees charged by Engineer, Engineer's cons�altants and other design professionals engaged by the Owner. 10. Engineer will distribute copies of R�`Is wzth responses to: a. One copy to Owner. b. One copy to Resident Project Representative. c. One copy to be retained in Engineer's file. d. One copy to Contractor to be kept on file at job site. B. Clarification Notices: 1. C. Minor Changes in the Work: �. Refer to �0 72 OQ — Standard General Conditions of the Construction Cantract. D_ Supplemental. Instructions [NOT USED). E. Field �rders: A�fer to 00 72 00 — Standard General Conditions ofthe Canstructian Contract. �. Work Change Directives: Refez' to OD '12 QO — Standard General Conditions of the Construofion Coniract. G. Prnposal Requests: 1. Refer to 00 72 DO — Standard General Conditians of the Constructian Contract. H. Praposal Worksheet Summaries: 1. Refer ta 00 7� 00 -- Standard General Conditions of the Construction Contract. I. Change Order Requests: 1, Refer to DO 72 OQ — Stazidard General Canditions ofthe Construction Contract. CITY OF FORT WORTfI W�STCREEK CHANNEL MAINTENANCH STANDARD CONSTRUCTION SPECIFICATION DdCUMENTS CITY PR03ECT NO_ 1D3060 Revised December 20, 20 E2 F:�PROlECTS\�318\067-01�9 �FSIGN�4-4 PHOIECr MAfZUAL_SpECIF[CATI4N5�166%��IV 01�p120 00 PRI{E AND PAYMEN7PROLE6l1RE5AOCX 0120QD-17 PRICEA�fD PAYMENT PRQCEdURES Page 17 nf 18 Chan$e Orders: 1. Refer to 00 72 00 — Standard General Cnnditions of the Construction Coniract. 1.7 PAYMENT PROCEDURES. (REFERENCE OWNER'S REQUIREMENTS) PART 2- PRODUCTS — NOT APPLICABLE PART 3- EXECUTION — NOT APF'LiCABLE Eivn oF sECTzoN CITY OF FORT WORTH WESTCREEK CHAI�fNEL MAIAITEIVANCE STA1+IflARBCONSTRIICTIOI�ISPECIFICATIONDOCUMEN'f5 CTTYPROJCCTl+fO. ]03�66 Revised December20, 2Q12 F:�PRalECT5�0338\967-01�9 dE51GN�9-4 pROtECTMANUAL_SPECIFlCATIDNS�lOQ3S\OIV 61\0120 00 PRICE ANO PAYMSNT RROCE�l1RES.��CX 01 20 00-19 PRICE ANd PAYMENT PROCEDl1RE5 Page18of18 THXS PAGE YS LEFT BLANK INTENTIONALLY O12500-1 SUBSTITUTION PROCEDURES Page 1 of 4 SECTYON Ol 25 QO �UBSTITUTION PROGED�IRES PART1- �ENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting; the appraval of substitution of a product that is not equivalent to a product which is speci�ed by descriptive or performance criteria or defined hy reference to 1 or rir�ore of the following: a. Name of manufacturer 6. Name of vendor c. Trade nazne d, Catalog number 2. Substitutzons are not "or-equaSs". B. De�iatians from this City of Fort Worth Standard Speci�cat�on 1. None. C. ReIated �pecification Sections include, but are not necessarily lirnited to: i. Dzvision D— Bidding Requirements, Gflntract Farms and Conditions of the Contract 2. Division 1— General Requirements ]..2 PRICE AND PAYMENT PROCEDURE� A. Measurement and Paymenf l. Work associated with. this Item is considexed subsidiary to the various it�ms bid. No separate payrrtent will be allowed for this Item. 1.3 REFER�NCES [NOT USED] 1,4 ADMIlVISTRATNE REQIIIREMENTS A. Request for Substitutian - General 1. Within 30 days after award of Contract (unless noted atharwxse}, the City will co:nsider formal requests from Cantractor for substitt�tion a� products in place af those specified. 2. C�r�ain types of equipment and kinds of mate:rial are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalag numbers. a_ When this rnethod of specifying is used, it is not intended to exclude froin consideration other products b�aring other manufaeturer's or vendor's names, trade names, or catalo� numbers, provzded said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of materia� may be acceptable substitutions under the follQvving conditions: a. Or-equals are unavailable due to strike, discontimied production af products meeting specified requirements, or other factors beyand control of Contractar; or, CITY OF F012T WQRTH WEBTCREEK CHAIVNEL MAINTENANCE STAI�iDARD CONSTRUCTIDN SI'ECIFICATION DOCUME]VTS CITY PR03�Ci' 1+�0. 1Q30b0 Reviscd July 1, 2011 aizsao-z suBs-��vTTo� Pxoc�nu�s Page 2 of4 b. Gontractor proposes a cost and/ar time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) S, Procedure for Requesting Substitution L Substitution shall be considered o�ly: a. After award of Contract b. Under the cor�ditions stated herein 2. Submit 3 copies of each written request %r substituYion, including: a. Documeniatior� 1) Complete data substantiating compliance of proposed substitution with Contract Docuzxzents 2) Data relating to cha.nges in constructian 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) SpecificatEon Section or Drawing reference af originally specified product, including discrete natne or tag number assigned to original product in the Cantract Documents 2) Manufacturer`s literature clearly marked to show compliance of propased praduct with Contract Documents 3} itetr.zized comparison of original and proposed product adciressing product characteristics including, but not necessarily limited to: a) Size b} Composition or materials of consrxuction c) Weight d) Electrical or mechanical requirements 4) Produci experience a) Locaiion of past projacts utilizing product b) Name and telephone number af parsons associated with referenced projects knowlsdgeable concerning proposed product c} A�ailabl� f eld data and reports associated with proposed producC 5) Samples a) �'rovide at request of City. b) Samples becQme the property of the City. e. Far construction methods: 1) Detailed description af praposed mefhod 2) Illustration drawings C. Apprpval or Rejection l. Written approval or rejection of substitutian given by the Gity 2. City reserves #�e right to require propased product to campIy with color a�►d pattern of specified product if necessary to secure design intent. 3. In the eveni the su6stiiutian is approved, the resulting cost andlor time reduction will be documented by Change Order in accordance with the General Conditions. CITY QF FORT WORTH WESTCREEK CHANNL'L MAlNTEFVANCE STANDARD CONST�UCTIOM SPECIFICATLON DOCUMENTS CITY PROI�CT IdO. ] 03060 Revised 3ufy 3, 2011 01250Q-3 SUBSTTTUTION PROCEDURES Page 3 of 4 �. No additional contract tim� will be gi�en for substitution. S. Substitution will be rejecfed if: a. Subznittal is not through the Contractor with his stamp of approval b. Request is not made in accardance with this Specif cation Section c. In. the City's opinian, acceptance will require substantial revision af the originaI design d. In the City's opinion, substitution will not perform adequateiy the function consistent with the design intent 1.6 ACT�ON SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT USEDJ 1.7 CLOSEDUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS [N4T USED] 1.9 QUALxTY ASSURANCE A. In making request for substitution or in using an appraved product, the Contractar represents that the Coniractor: l. Has investigated prapased product, and has c�etermined that it is adequate or superior in all respects to that specified, and that it wi�I perfor�n fur�ction for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinata installation of accepted subsiitution into Work, to include huilding modifzcations if necessary, making such changes as may be required for Work to be complete in all respecis 4_ Waives a�l claims %r additional costs related to substitution which subsequently arise 1.10 D�LNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT U�ED] 1.12 WARRANTY [NOT USED] PART 2 - �RODUCTS [NOT IISED] PART 3 - EX�CUTION [NOT USED] END OT� SECTI�N Revision Log DATE NAME CITY OF FORT WORTH STATIDARD CdT�5TRi7CT[DN SPECIFiCATION DOCUMEN[TS Revised July l, 2Q11 SUNIMARY OF CH�l.NGE WESTCREEI� CHANNEL MAI�I'1'ENANCE CIT'Y FROJECT ND. 1030G0 012500-4 SU65'I'ITUTION PRQCEDUR�S Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: xo: PROJECT: DATE: We hereby submit far your cansideration the following product instead of t�e speci�ed item for the above project: �ECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for 5uhstitu#ian: Include coznplete infarmation on changes to Dravv�ngs and/or ��aeci%catians which proposed substitutzon wzIl require for its proper lnstallation. Fill in Blanks Below: A, Will the �nciersigned contractor pay far changes to the btulding design, including engineering and detailing casts caused by the r�quesfed substitution? B. VVhat �ffact does substitution have on other trades`? C. Dii�erences batween proposed substitution and specified ztem7 D. Differences in product cost or produc� delivery time`? E. Manufacturer's guarantees of the proposed and speciiied itenns are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalen.t ar superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephane Far Use by City: Approved Ciiy Recommendad Recommended Nat recommended Received late By � Dat� Reznarks Date Rej ected CITY OF FbRT WORTH WESTCREEK CHAIVNEL MAINTENANCE STANAAIiD CQNSTRUCTIO�I SPECIFICATIOlV DOCUMEIVTS Cl'i'Y PR07ECT N�. 103060 Revised 7uly 1, 20l I Ol 3l l9 - t PRECQ3�TSTRUCTION MEETING Page l of 3 SECTION U131 19 PRECONSTRUCTION MEETING PART1- GENERAL i_�F�`�11�'►� r�:�•� A. 5ectia� Includes: 1. Pravisions fo:r fhe preconst►vction meeting to be held prior to the start of Work to clarify constructian contract administration procedures B. Deviations firom this City of Fort Worth Standard Specification I. None. C. ReIated Specificatian Sections include, but are not necessarily li�ited to: i. Diviszon Q— Bidding Requirernents, Contract �'o:rms and Conditions of the Contract 2. Division 1— C'reneral Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measuremeni and Fayment 1. Work associated with this Ttern is considered subsidiary to the �arious items bid. No separate payment vvilI be allowed for this Item. 1.3 REFERENCES [NOT USED] ]..4 ADMYIVI�TRATIVE REQUIItEMENTS A. Coordination 1. Attend preconstruction meeting. 2. Represe�tatives of Contractor, subcontractots and suppliez's attending meetings shall be qualified and authorized to act on behalf of ihe entity each represents. 3. Meeting administered by City may he tape reeorded. a. If z'ecordec�, tapes will be used to prepar� ttaznL�tes and retained by City for future reference. B. Preconstructian Meeting 1. A preconstrucfion meeting will be held within 14 days after the executian of the Agreement and before Wark is started. a. The meeting wilI be schaduled attd administered by the City. 2. The Project Regresentative wiIl preside at the meeting, prepare the notes af the meeting and distribute cc�pies of same to all participants who so request by fully completing the attendance forrn to be circulated at the beginning of the tneeting. 3. Attendance shali include: a. Proj ect Represeniative b. Contractar's proJeet manager c. Contractor's superintendent d. Any subcontractor or suppiier representatives whom the Contractor may desire ta invite or the City may requesi C1TY OF FORT WORTH L�ES'T'CREEK CHANNEL MAINT�NANCE STANDARD CONSTRUCTIOIV SPECIFICATIpN DOCUMENTS CPPY PILO,I�CT NO. 103D50 ReVised August 17, 2012 O1 31 19 - 2 PREC03`[$TRUC"I70N IvIEETING Page 2 of 3 e. Other City represen#atives f. Others as appropriate �. Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 32 l6 and provide at Preconstructian Meeting. b. City will notify Contractor of any schedule changes upon Notice of PrecanstructiQn Maeting. S. �'relirninary Ag�nda tr�ay izac�ude: a. Intraduction of Praj ect Personnel b. General Description of Praject c. Status of right-of-way, utility clearances, easemen�s or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Natice to Proceed g. Construction Staking h. Prageess Payments i. Extra Worlc and Change Order Procedures j. Field Orders k. Disposal Site �.etter for Waste Material 1. Insurance Renewals nn. Payrall Certi�cation r�. Material Certi�cations and Quality Control Testing o. I'ublic Safety and Convenience p. Documentation of Pre-Construction Canditions q. Weekend WorkNotification r. LegaI Holidays s. Trench Safety Plans t. Coniined 5pace Entry Standards u. Coordination with the City's representative for operations of existing water systems v. 5torm Water Pollution �'reventian Plan w. Coordination with other Contractors x. Eaxly Warning Systen:z y. Contractox E�alua�ion z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitu#ion Procedutes dd. Correspondence Routing ee. Recard Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH WE5'CCREET{ C�lAIVI1EL MAINTENANCE STANDARD CONSTRUCTION SPE�IFiCATI4N DOCUMENTS CITY PRQ7ECT NO. [ 03060 Revised Au�st 17, 2012 01 31 l4 - 3 PAECONSTIZUCTIQN MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBNIITTALS/INi`ORMATTONAL SUBMITTALS [NOT USED] l.7 CLOSEOUT SUBMITTALS �NOT USED] 1..8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY AS�URANCE [NOT USED] 1.1Q DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 �'IELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY jNOT USED] PART 2 � PRODUCT� [NOT USED] �ART 3 - EXECUTION [NOT USEDj END OF SECTION DAT� NAIVIE I � Revision Log SUMMARY Qk' CHANGE C1TY OF FORT WORTN WESTCREEK CXIAIV]VEL MAiNTEt�fANCE 3TANDARB CONS"i'RUC'I'IDN SPECIPICATION DOCUMENTS C1TY PROIECT NO. ]030la0 Revised August 17,20i2 PAGE IS LEFT BLANK INTENT�ONALLY 013120-1 PROJECT ME�`I'INGS Page 1 0#'3 SECTION 0131 24 �'ROJECT MEETINGS PART 1- GENERAL 1.1 SUMMARY A. Section Iz�cludes; I. Pravisions for project rneetings throughout the constructiQn period to enable orderly review af the progress of the Work and to pra�ide far systematic discusszan of potential problems B. Deviations this City of Fort Worth 5tandard Speeification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Divisian 0— Bidding Requirements, Contract Forms and Conditions of the Cantract 2. Division 1— General Requirennex�ts 1.2 P�2ICE AND PAYMENT PROCEDiTAES A. Measurexnent and Payment 1. Wark ass�ciated wzth this Item is considered subsidiary to the various iterns bid. No se}�arate payment will be allowed for this Item. 1.3 REF�RENCES [NOT USED] 1.4 ADMINISTRATIVE REQUTREMENTS A. Coordination 1. 5chedule, attend and administer as speciiieci, pariodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors �ad suppliers attending meetings shall be qualified and aut�orized to act on behalf af the entity each represents. 3_ Meetings adrninistered by C.ity may be tape recarded. a. If recorded, tapas will be used to prepare rriinutes and retained by City for future referenc�. �. Meetings, in addition tn those specified in tlus Section, may be held when requested by the City, Engineer ar Cantractor. B. Pra-Canstruction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1�ublic Meeting with affected residents to: a, �'resent prajected sched�ale, including construction start date b. Answer a�y construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City, 3. Attendees CTI'Y OF FpRT WOKTEI WESTCREEK CHANIVEL Ni�INTENANCE STANDARD CO3�lSTRUCTION SPECIFICATION pQCUMEN'k'3 CITY PRO.TECT t+i0. l03060 Revised July l, 2011 013120-2 PR07ECT MEHTAVGS Page 2 of 3 a. Contractor b. Project Representative c. Other City repres�ntatives 4. Meeting Schedule a. In general, the neighborhood rrieet[ng will accur within the 2 weaks following the pre-�onstruction confarence. b. In no case will construction be allowed to begin until this meeting i� held. C. Progress Meetings 1. Formaf project coordination meetings will l�e held periodically. Meetings wzll be scheduled and administered by Project Representative. 2. Additianal p:rogress meetings ta discuss speciiic topics wi11 be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Caardinating shutdawns b. Installation of piping and equipment c. Coordination between other constraction projects d. Resolution Qf construction issues e. Equipment approval 3. The Project Representative wili preside at progress mea#ings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. �. Attendance shall include: a. Contracfor's project manager b. C�ntractor's superintendent c. Any subcontractor ar supplier representatives whozn the Contractar may desire to invite or tk�� City may request d. Engineer's representatives �, City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work prograss since previous meeting b. Field observations, problems, eonflicts c. Items which impede constructian scheduie d. Review af of� site fabrication, delivery schedules e. Review af eonstruction interfacing and sequencing requiu'em�ents with other consfruction contracts % Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedu�e, during succeeding Work peraod i. Coordination of schedules j. Re�view submittal schedules k. Maintenance ofquality standards i, l'ending changes and substitutions m. Review proposed changes for: 1} Effect on construction schedule and on completion date 2) Effect on othar contracts of the Project n. Review Recoxd Documents o. Review monthly pay request CITX OF FpRT WORTH WESTCREE.K CHA3YNEL IVfAIN"I`ENANCE STANDARD CONSTRUCTIDN SPECIFICATIDN DOCUMENTS C1TY PR07EC'i' 3�0. 103060 Revised 7uly 1, 2011 013120-3 PROSECT ME�T`]NG3 Page 3 of 3 p. Review status Qf Requests fcar Information 6. Meeting Schedule a. Progress meetin�s will be held periodically as determined by the Project Representativ�. 1) Additional meetings may be held at the request of the: a) City b) �ngineer c) Cpntractor 7. Meeting Lacation a. The City will establish a meeting locatxon. 1) To the extent practicable, zneetings will be held at the Site. 1.5 SUBMCTTALS �NOT USED] 1.6 ACTION SUBNIITTALSIINTORMATIONAL SUBNIITTALS rNOT USED] l.i CL4SEDUT SUBMITTALS [NOT IISED] I.$ MAXNTENANCE MATERiAL SUBMITTALS [NOT USED] L9 QUALYTY ASSURANCE [NOT IISED] L]0 DELlVERY, STORAGE, AND HANDL�NG �NUT USED] 1.11 FIELD [SITE] CONDITIONS [NOT U�ED] 1.I2 WARRANTY [NOT USED] PART 2- PRODUCTS jNOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 0 C1TY OF FORT WORTH STANDARD CON3'E'I�UCTIO�f SPECIFICATIpN DpCUMENTS Revised 7uly 1, 2011 WE3TCItEEK CT-GINNHL MAINTENANCE CTTY PRO)ECT Nd. ! 03060 PAGE I5 LEFT BLAIVI� iNTENT�ONALLY pl 3216-1 CONSTRUC'i'I�NPROGRESS SCHEDULE Page 1 of lU 1 2 3 PART 1 � GENIItAL � 1.1 STJMII�JARY SECTION Ol 3� 16 CONSTRUCTION SCHEDULE 5 A Section Includes: 6 1. General requirements for the preparation, submittal, updating, status r�porting and 7 rr�anagement of the Construction Progress Schedule 8 2. Specific requ�rements are presented in the City ofFort Worth 5enedule Guidance 9 Docurnent 1� 11 B. Deuiations fram fhis City ofFort Worth Standard Specification 1. None. 12 C. ReIated Specification Sections include, but are not necessarily limited to: 13 1. Divis ion 0— Bidding Requiu�erz�ents, Contract Forms and Conditiazas of the Contract 14 2. Divisiaz� 1— General Requirements 15 16 17 18 19 20 21 22 23 2A 25 z� 2� 28 29 30 D. Purpose The City of Fart Worth (City) is committedto delivering c�uality, cost-effective in.frastructure to its citizens in a timely znanner. Akey tool to achievt; this purpase is a praperly structured schedule wiih accurate updates. This supports effeetive nnonitoring of progress and is input to critical decisinn makir►g by the project manager throughout the life af the project. Data from the updated project schedula is utilized in status reporting to various levels of the City organizatian and the citizenry. This Document complements the City's 5tandardAgre�rrzent to guidethe construction contractor (Coniractar) in preparing asid submitting acc�ptable schedules far use by the City in praject delivery. The expectation �s the performance ofthe v�rork follows the accepted schedule and adhere to the contractualtimeline. The Cvntractor will designate a qualif'ied representaiive (Project �cheduier) respons b� %r developing and updating the scheduie and preparing stat�as reporting as required by the City. 31 1.2 PRICEAND PAYMIIVi' PROCIDiTRFS 32 A_ Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various ztems bid. 34 No separate payment will be allawed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Cantractor's invaices until Contractor achi�ves said compliance. 37 1.3 RII+'EItEPTCES 38 A. Praject Schedules CITY OI` fOC�T WORTH WE5TCREET{ CHANNEL MAINTENANCE �TANC7ARl7 CONSTRUCTiON SPECIFICATT07V DUCUMFNTS CITY PROdECT NO. 1Q3D64 Revised August 13, 2021 Ol 32 16 - 2 CONSTRUCT30N PROGRESS SCHEDULE Page 2 of ]0 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope oiactivities envisioned by the City to praper�y deliver the work. When the 3 City contracts with a Contractor ta perform canstruction of the Work, the Contractor 4 will develop and maintain a schedul� for their scape of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master praject 7 schedule as deemed appropriate by the City's Project Control Specialist and appraved 8 by the City's Project Manager. 9 10 11 12 13 1� 15 16 17 i8 19 20 21 22 23 24 25 26 27 zs 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4S 49 Master Project Schedule The master project schedute is a holistic representation of the scheduled activities and milestones for the tota� p:roject and be Critical Pa#h Method (CPN� based. The City's Project Manager is accounta$1e for oversight of the deve�apnaant and maintaining a master project schedule for each project. When the City contracts for the design and/or construction af the project, the master praject schedule will incorporate elements Qfthe Design and Construction. schedules as deemed appropriate by the City's Project Control Sp�cialist. The assigned City Project Control Specialist creates and rnaintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is respnnsible forr de�eIoping and maintaining a sc�edule for the scope of the Contraetor's contractual requirements. The Cor►tractor will �ssue an initiai schedule for review and acceptance by the City's Froject Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of wark. Contractarwil�issue curren�, accurate Updates aftheir schedule (Frogt�ess Schedule) to the City at the end of each manth throughout the l�e of theit wark. B. Schedule Tiers The City has a portfolio of projects that vary wideIy in size, coz�plexity and cantent requiring diifereni schedulang to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria fnr each praject. The City's Project Mar�ager determines the appropriate schedule tier for each project, and includes that designatzon anci the assaciated requirements in the Contractar's scope of work. T�e following is a summary of the "�iers". 1. Tier 1: SmaU 5ize a�d Short Duration Project (design not required) The City d�velops a.t�d znaintains a Master Project Schedale for the project. No schedule submittal �s required from Cantractor. City's 1'roject Contral Specialist acquires any necessary schedule status data or information througla discussions wit� the respective party on an as-needed basis. 2. Tier 2: Smali Size and Short to M�dium Duration Project The City develops and maintains a Master Project Schedule for the groject. Th� Contractor identz�es "start" and "finish" mrlestnne dates on key elements of their work as agreed w ith the City's Froject Manager at the kzckoff af their �uark ef%rt. Tt�e Contractor issues to the Czty, updates to the "start" and "�nish" dates for such milestones at th� end of each rnonth tl�roughout tl�e life o� their w�rk on the project. 3. Tier 3: Medium and T,arg� Size and/or Complex Projecis Regardless o�Duration CITY OF FQRT WORTH WESTCREEK CHAN3�TEL NfA[f�!'I`E�IANCE CITY STANDARD CONSTRUCTION SPECIFICATION DOCUfvIEi�ITS PI�OdECTNO. 103DbU Revised Aagust l3, 2U2i D1 32 16 -3 CONSTRUCTiQN PRdGRE55 SCFTEi]ULE Page 3 of 10 4 5 6 7 8 9 1� 11 12 13 14 15 16 17 18 19 aa 21 22 23 24 zs zs 27 The C�ty develops and rnaintains a Master Praject Schedule for the project, The Contractor develops a Baseline Schedule and mainia�ins the schedule of their respectiv� scope ofwork on the pro�ect at a level af detail (generally Leve13) and in alignment with tlae WBS structure in Section 1.4.Has agreed by theProjeet Mana�er. The Contractor issues to the City, updates oftheir respective schedule (Arogress Schedule) at the end of eack� month throughout the life of their wark on the pro ject. C. Schedule Types Froject delivery far t�ie City utilizes two types of schedules as noted below. The City develops and maintains aMaster Project Schedule as a"basel�e" schedule an.d issue mont�ly updates to the City Project Ma�nager (end of each monih) as a"progress" schedule. The Contractor pr�pares and submi#s each schedule type to fulfill thei� contractual requirements. 1. Baseline Scnedule The Coniractar develops ar�d submits to the City, an initial scheduie for their scope ofwork in ali�riment withthis speci�cation. Once reviewed and acceptedby the City, it becomes the "Baseline" schedule and is the basis against which all pragress is measured. The baseline sehedule wiil be updated when there is a change or addition to the s cope of work impacting the duration of the w ork, and anly after receipt of a duly authorized cnange nrder �ssued by the City. In the event progress is significantIy behind.schedule, the City's Project Manager may authorize an updat� to the baseluae schedule to facilitate a more practical evaluation of progress. An exarnple of a BaseIine Schedule is provided in Specif"�cation O1 32 16.1 Constructibn Pro}ect Schedule Baselir�e Example. 2. Pragress Schedule 28 The Contractor ugdates the ir schedule at the end of each month to repres ent the 29 progress achie�ed in tha r�vor�C which includes any impaci from authorized changes 30 in the work. The updated sc�edule ra�.ust accurately reflect the current status of khe 31 work atthat point in time and is referred to as the "Progress �chedule". The City's 32 Project Manager and Project Control Specaalist raviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 Unacceptable issues are identif'�ed by the City wiihin S working days ar�d the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt nf non-acceptance notifieation. An example of a Progress 5chedule is 37 provided in Specification Ol 32 I b.2 Construction Project 5chedule Progress 38 Example. 39 D. City Standard Scheduie requirements 4fl The following is an overview of the znethodo�ogy for developing and rnait�taining a 41 schedule for delivery of a project. C�T'Y OF �'OIiT WORTFI WESTCREEK CHA1�fEL MAIl�iTENANCH STx1NDARD CONSTRUCT1pN SPECIFICATTON DOCUMENTS Cl'I'1' PAO]ECT Na. IQ3060 Eievised August 13, 202i ot �z ib -a CQNSTIiUCTION P1tOGR8SS SCHEDULE Page 4 of 10 1 2 3 4 S 6 7 8 9 10 ll 12 13 14 15 l6 17 18 I9 20 21 22 23 24 25 26 27 28 29 3fl 31 32 33 34 35 36 37 38 39 40 �1 42 43 44 45 46 47 1. Schedule Framewark - The schedule willbe based on the de%ned scape of work and follow the (Critical Path Metl�odology) CPM method. The Contractor's schedule will align with the requirements af this speci£'ication and w�I he cast CoarterCto refl�ct their plan for execution. Compliance �ith cost ]oading can � provided �with iraditiona� cosf loading af line items OR a projected cost per month for the pro,jeeE when ti►e inibaC schedule is submitted, nprlated on a quarterly basis is significant change is anticipated. �verall schedule duration will align with the contractual requiremer�ts for the respective scope of work and be reflected in City's Master Project Schedule. The ProjectNumher and Name of the Proj�ct i� required on each schedule and must match the City's project data. E. Schedule File Name All schedules subziaitted to the City for a project wi� have a f�le name that begins with the City's project nura6er £ollowed by the nranae of theproject followed by baseline (if a baseline schedule) artheyearan�tmanth (ifaprogress schedule), as shnwnbelow. � Baseline Schedule File Name Format: City Project Number Project Nazaae Baseline Example: 10i37b North Montgomery Street HMAC Baseline � Prograss ScheduleFileName �'arrnat: Gity ProjectNu�nber ProjectName Y�YYY-MM �xample: ].01376 North Montgomery Street T-IM�C 201 S_O1 � Pr�ject Schedule Progress Narrative File Nariae Format: City Project Number Project NaYne PN YYYY-MM Example: 101375 North Montgomery Stxeet �IMAC PN 20I S_O1 F. Schedule Texnplates T�e Cantractor will utiiize the relevant sections frozr� the City's temp1ates provided in the City's document management syst�m as the basis for creating their respective project schedule. Specif"ically, the Coniractor's schedule will align with the layout of the Constructzon section. The templates are identified by type of praject as noted below. o Arterials • Aviation � Neighborhood Streets � Sidewalks (later) � Qui�t Zanes (later) � Street Lights (later) � Intersection Improvernents (later} � Parks � Storm w ater a Stre�t Maintenance o Traifi� o Water 48 G. Schedule CaIendar CITY OF FORT WOIZTFT WESTCREEK CHANNHL MAINTENANCE STANDAKB CONSTRiTCT'lON SPECIFICATIQIV DOCUMENT$ CITX PRp7ECTN0. ]03060 Revised August 13, 2D2i ai 32 is-s CO1+i5TRUCTIpNPROGRE35 SCiI�DrILE Page 5 of l0 4 6 7 8 10 11 12 13 14 15 16 17 18 The City's standard calendar %r schedule developrnent purposes is basecf on a S-day warkweek and accounts for the City's eight siandard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas}. The Contractorwill establish a scheduIe caler�dar as part afthe schedule de�elopment process and provide to the Projeci Control Specza]ist as part of the basis for their schedule. V'ariations between the City's calendar and the Contractor's calendar must be resolved prior to the City's �cceptance oithei� Baseline project schedule. �L WBS & Milestone Standards for Schedule DeveIopment The scope of work to be accomplished by the Cantra�tor is represented in the schedUle in the form af a Work Breakdown Structure (WBS). The WBS �s �he basis for the development of the schedule activities a�ad shall be imbedded and depicted in the schedule. The following is a summary of the standards to be followed in preparing and maintaining a schedule fQr project delivery. 19 1. Contz-actar is reguired to utilize the City's WBS structure and respective 20 project type template far "Constructlon" as shownin Section 1.4.Hbelaw. 21 Additianal activities rnay be added to Levels 1- 4 to accommodate the needs 22 of th� nrganization executingthe work. 5pecifically the Contractar wili add 23 a�tivities under WBS XXX��XX. 80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the wark. 25 26 2. Contractor is required to adhere ta the City's Standard Milestones as show n 27 in 5ection 1.4.I below. Cantractorwillinclude additiona[ milestones 28 representing intermediate deliverabies as required to accurately reflect their 29 scope af work. 30 3l 32 33 34 35 36 37 I. Schedule Activities Activities are the discrete elements of work that make up the scheduie. They wi�l be organiz�d under the umbrella ofthe WB�. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are �agically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project fitiish" rnilesfones. 38 The activity duration is based on the physical amount of work ta be p�rfarmed forthe 39 stated activity, wi�h a maximum durafiion of 2� working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptanceby the City's Project Control Specialist. 43 44 J. Change Orders 45 Wl�en a Change f.�rder �s issued by the City, the impact is incorporat�d inta the 46 previously accepted baselir►e schedule as an update, to cleariy show impactto tk�e 47 project timeline. The Contractor submits this updatecE baseline schedule tn the City for C1T1' QF P012T WORTH WESTCREEK CHAiJN�L MAI�+ITEIJANCE CITY STAiVDt�RD CbN57`RIJCTIQN SPHCIFICATION DOCUMBNTS PROJECTNO. ]03060 Revised August 13, 2D2 ] O1 32 16 - 6 CON3TRUCTIONPROGRESSSCHEDULE Page 6 of 10 1 2 3 � 5 6 7 8 4 10 I1 12 13 i� 15 I6 17 18 19 20 21 22 23 za 25 26 27 28 29 3� 3l 32 33 34 35 36 37 38 39 4D 41 42 43 44 45 46 47 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the follow ing: 1. Time extensions associated with approved contract �odifications are limited to the actual amaunt af time the project activities are anticipated to be delayed, unIess otherwise approved by the Progra� Manager. 2. The re-baselined schedule is submitted by the Contractor withih te� workrlays after the date of receipt oFthe approved G`k�ange Order. 3. The chan�es in logic or durations appro�ed by the City are used to analyze the impa�t of the change and is included in the C�ange Order. Tha coding f�r a new activity(s) added to the schedule for the Change Order includes the Change Order number iri the Aciivity ID. Use as many activi�ies as needed to accurat�ly show the work of the Change Order. Revisions to the baseIine schedule are not effecti�ve unti� accepted by the City. K Gity's Work Breakdown 5tructure WSS Code WBS Nar�e �� Project Name XXXX��.34 Design XXXXXX.30.10 Design Contractar Agreement �X�,'XXX.30.20 ConceptualD�sign(30°/a) XX��XXX.30.30 Preliminary Design (60%} XX���XXX.30.40 Fina1 Design �XX��XX.30.50 Enr+iron�x�.ental XXXXXX.30.64 Permits XXXXXX.3Q.60.10 Permits - Identi�ication XXXXXX.3Q.b0.20 Permits - Review/Approve X�.�4 ROW & Easements ��XXXXX.40.10 R�W Negotiatians XXX�XX.40.20 Candemnation. XXXXKX,70 UtiliiyRelocation XXXXYX.70.10 Utiiity Relocaiion Co-ordination ��.80 Constraction XXXxXX.8Q.81 Bid and Award ���XXXX.80.83 Construction Execution XXX��X. $Q.85 Inspection XXX��X.80.86 Landscaping XXX�X.90 Closeout XXXXXX.90.10 Constructian Contract Close-aut XXXXXX.90.40 Design Contract Closure L. City's Standard Mil�stones The following milestane activi�ies (i.e., important events on aproject that mark critical points in time) are af particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OP FORT WpRTH WESTCREEK CHAN�IEL MAINTENAIICE STANDARD CONSTRUCTION SPECIFICATIDN �OCUM�,NTS Cl'1`1' PAOdECT NO. 1030G0 Revised August l3, 2021 01 32 16 - 7 CONSTI�LfCTION PRDGRESS 5CHE17LfLE Page 7 of 10 1 2 3 4 5 6 7 8 9 ia lI 12 13 14 15 15 17 18 19 2Q 21 22 23 24 25 26 27 28 29 3fl 31 32 33 3� 35 36 37 38 39 �.4 4D �1 42 43 44 �5 46 Activity ID Act�vity Name Design 3Q2Q Award Design Agreement 3040 Issu� Notiea ta Proceed - Design Engineer 31�0 Design Kick-off Maetiu�g 3120 Submii ConceptualPlans to Utiiities, ROW, Traf�ic, Parks, Storm Water, Water & 5ewer 31Sb Peer Review Meeting/Design Review meeting (technical) 3l 64 Canduct Design Public Meetirig #�1 (required) 317� ConceptualDesignComplete 3220 5ubmit Preliminary I'lans az�.d Specifications #o Utiliiies, ROW, Traffic, Farks, Storm Waier, Water & Sewer 3250 ConductDesignPublic Meeting #2 (required) 3260 PreIiminary Design Complete 33I0 5ubmit Fitial Design to Utilities, RQW, Traffic, Parks, 5torm Water, Water & Sewer 3330 Canduct Design Public Meetit�g #3 (i� required} 3360 Fina1 Design Complete ROW & Easem�ents 4000 Right of Way Start 4230 Right af Way Carnplete Utility Reloca�ion 7000 Utilities 5tart 7120 Utilities Cleared/Complete Canstructian Bid and Award 8110 Start Advertisement $150 Conduct Bici Opening 8240 Award Construction Contract Con�truction Executian 8330 Conduct Construction Public Meetir�g #4 Pre-Construction $35Q Constructian Start 8370 Substantial Completion 8540 Construction Campletion 9I30 Notice of Completion/Green Sheet 9150 Canstruction Contract Closed 9420 besign CantractClosed SUBNIITTALS A. Schedule Submittal & Review The City's Project Manager is responsible far reviews at�d acceptance of the Contractor's schedule. The City's Projact Control5pecialist is respansii�le for ensuring alignment of tha Contractor's baseline and progress schedules with the Master Project Schedul� as suppnrt to the City's �roject Manager. The City reviews and accepts orrejects the schedule willtin ten workdays of Contractor's submittal. CTI'Y OF FDRT WbRTH WESTCKEEK CHANNEL MAINTENANCE STANDAItD CONSTRUCTiON SPECIFICATION DdCUIWIBNTS C1TY PROTECTNO. 103Q60 lZevised August l3, 2U21 Ol 321fi-8 CONSTRiJCTIOhFPAbGRESS SCHEDULE Yage 8 of 10 2 3 5 6 7 9 l0 11 12 13 I4 15 16 Sck�edule FQrmat The Contractar will submit each sch�dule in twa electranic forms, one in native file forn�at (.acer, .xml, .rnpx) and the second in apdf farmat, inthe City's document manag��nent system in the lacation dedicated for this purpose and identif'ied by the Proj�ct Manager. In the event the Contractor does nat usa Primavera P6 or M5 ProjEct for scheduling purposes, the schedule information znust be submitted in .xls or .xlsx format in cornpliance with the sample �ayout (See Specif'ication Q1 32 16.1 Construction Project Schedule Baseline Exa�nple}, including aciivity predecessors, successors and total floa�. 2. Initial & Baseline Schedule The Contractor wzlldevelop their schedule for their scope of work and submit their initial schedule in electronic form (in the file fornnats noted abo�e), ir� the City's document management system in the location dedicated for this purpase at re�st 5 warking rlays prior to Pre Construction Meetit�g. 17 The City's Project Manager and Project Control Specialist review this iz�i[tial schedule 18 ta determine alignrnent withthe City's Master Project Schedule, includirig fortt�at & 19 WBS structure. Following the City's review, feedback is provided to the Contractor 20 for their use in fina.lizing their initial s�hedule and issuing (within five workrlRys) thei.r 21 �3aseline Scheduie for final review and acceptan.ce by the City. 22 23 2r� 25 26 2'1 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 46 47 48 49 3. Pro�ress Schedule The Conira�tor will update and issue thair project schedule (Progress 5chedule) by the lrest drry of eacl� manth throughout the life of their work an the pro3ect. The Prog�ress Schedule is submitted in electronic form as noted above, in the City's document ma.nagernent system in the location dedicated �or this purpose. The Crty's Project Control team reviews each Progress Schedule for data and information that support the assessrr�c:nt of the update to the schedule. In the event data ar izlfarnr�atian is missing or incompl�ta, th.e Project Controls Specialist cnmmunicates�directly with the Contractor's scl�eduler far providing same. The Cantractor re-submits the carrected Progress ScheduIe witlzin 5 workdays, following the submiital process n.oted above. The City's Pro�ect Manager and Project Control Specialist review the Contractar's pragress schedule for acceptance and to manitor performance and progress. The following list of items are eequired to ensure proper status informationis contained in the Progress Schedule. o Baseline Start date o Bas�line Finish Date • % Complete + Float � Activity Logic (dependencies) � Critical Path � Activities added or deleted � Expected Baseline Finish date � Variance to the Baseline Finish Date CITY OF FORT WORTH WESTCRESK CIIANNEL iv�A1NTENANCE CITY STANDARD CaNSTRi3GTION SP�CIF'ICATION DOCUMENTS PRO]ECTNO, 1030�i0 Revised August 13, 2021 QI 3216-4 CONSTRUCTION PItOGItESS SCI-IEDULE Page 4 oF 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 B. Monthly Construction Status Report The Cor�tractor submits a written status report {referred to as a progtess narrative) at the monthly progress meeting (if monthly zz�eetit�gs are held) or at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specif�ication 013216.3 Construction Pro}ect Schedule Progress I�Tarrative. The content of the Constructian Project Schedule Progress Narrative should he conc�se and cflmplete to include only changes, delays, and anticipated prnblems. C. Submit�al Process � Schedules and Monthjy Construction Status Reports are submitted in in the City's document management system in the location dedicated for this purpose. o �nce tha praject has been completed and Fir�al Accep�ance has been issued by the City, na further progress schedules ar construction status reports ara required from the Contractor. 1. 16 1.5 AC'I�ON SUSMITTALS/INFORMATIDNAL SUBMITTALS [NOT USID] 17 l.b CL05EOUT SUBMiTTAL� [NOT USID] 18 1.7 MAIN IINANCE MATE�R.IAL SUBNIITTALS [NOT USED] 19 i.8 QUALYTY ASSURANCE 26 21 22 23 24 25 A. The pez'son preparing and revising the construction Pro�'ess Schedule s�all be experienced in the preparation of sehedules of similar compl�xity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to ac curately reilect the performance of the canstruction. C. Contractor is responsibla Far the quality o�a11 submittals �n this sectionmeeting the standard of care for ihe constru�tion industry for sun�lar projects. 2b 1.9 DELIVIItY, S'PORAGE, AND ��ANDL�NG [NOT USID] 27 2s 29 30 31 32 33 1.10 FIELD [SYTE] CONDITIONS [NOT i1SID] i. i i w� ���r ENOT usIDj 1.12 ATTACHMENTS Spec 01 32 i6.1 Cnnstruction ProJectSchedule Baseline F�ample Spec 01 32 15.2 Construction Project SchedL�le �rogress Example Spec O 1 32 16.3 Constructian Project Schedt�Ie Progress Narrative �1TY OF POAT WORTH WESTCREEK CHANN�L MALNTENANCE C[TY STANDARD CONSTiti1CTIOlv SPECIFICATI01� DqC1.TMEN'I'S PRb7ECTN0. 1Q3fl60 Revised August 13, 2021 oi szi6-�o CONSTRUCT[ONPRdGRE55 SCHEDULE Page IQof 10 2 PART � - PR�DiTCTS [NOT USID] PART 3 - ��ECUTTON [NOT [TSID] END D� SECTION Revision L,og DATE NAME SUMMARY OF CHANGE $113/2021 Michael O�n Re�ised to update speci�catioa requirements and eliminate duplicate schedule specificaEians. CTI'Y OF PORT WOIiTfi WESTCREEK CHANN�L MAINTENANCE STA1VdARD CONSTRUGTION SPEC� ICATION DOCUMENTS CITV' Yfi07�,CT N0. 103060 Revised August 13, 2021 O1 32 16. I CONST RUCTION PROGRESS SCHEDUT.,E— BASELINE EXAiv1PLE Page 1 of 5 1 SECTION O1 32 16.1 2 CONSTR[7CTION SCI�DULE — BASELINE EXAMPLE 3 PART 1 - G�:NIItAi, � 5 6 7 8 9 10 11 i2 13 14 15 16 17 18 19 2D 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 A4 �F5 �6 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a"baseline" schedule. This example is intended to provide guidance fnr t.he Contractor when developing and submitting a basejine schedu�e. See CFW 5peciiication 013216 Construction Sch�dula for details and requiremenis regairding the Contractor's projectschedule. CITY OF PORT W ORTH $TANDARI7 COt+TSTRUCTION SPECIFICA'TION DOCIJMENTS Revised Augusi 13, 2021 [Insert ProjectName] [lnsert ProjectNtunber] � �a� � � A ap c � � C} �1 w z° � n� ,.�� O N "ytY' � � � .-�y °z � � C�i � n � Q d 0 �C� y � � �� b� �' � z� �� � .�. �v� - �p��i ������� i�y�i�_ $�sel�fT� Te�a�� � �"�t����� t'��; 's�'���'iQu R�part �i� E��: 2t1�3�ra-2[6�8 l 2 ����� _..- i? �Y 6 ,�c..ly1� ,� o�� sa ca..Z wn�sr � r.a'.x�in i�I �a�c '�'t"- I I I I � IT.:,u�. I R,...1��I�I'y�I'�3�C J�F�4r'i',SJIJJ'� ������t�-rrrta�ti�ar�,ao�s�r��t�on��-�i�n��2s�4h�SCheau�oE� . a� ar �ci�':.i' if-Lo}.�1= �� � : _ , /, ... : �s���� J ` ; € : I a, =�-Gdrt:J�li0�5 3i ]E C�T..r�,, ��.:.7r_9'.a �S-0 !'-� .»." -� _' � ._ � l?`iC.l� 2 -�-�_.» i2�r'7 7�,F71� C]lrn�C�r�y,^�&7fi.aEL : LI v:'�7r'-']� `- _ • � T i � �}LC �'N�I�t�r�_- -'IP'4n5CJr�7�noyr�if77i�M1lC 7L 70 -'�ar-:.�. '-`�.ir-::L= ��'.L'! _ Y?. i I � .N � ; . -_ . _ _ _ � � � ""_-..._... . ._.__._..._._._... __....._ . _ � � *�`.2d vie5hµ¢��r. 1 ' Cky:'�=-'` -'.�r-�:t -.'.6A E�lL R ' ' - k _' "_-,_kLl�:" -�7r...�.. b�'tl f:tG �.�...�_._.�j.. ".�__F"..y._.-._._...--� �74 �Va][r� ��4�2��ri-C����� 4'nr7c �� � ' ; ' 4�7 ���F{7��o�.a�:�V.r�+u ' '4Fj�-- - -�'r.5t_� . �3:1 3�:[ `K-� p � � i I �T7 17�h�L�Y ' i _. _--=L-,55f-: ��iii�_i= ==30 3:: #7 .�_K��.' -'-_ ; ' .__' ' 4.. ..r��.rt.'�.�aiuni�.i�ri�o-w.u. � � �•_•_•_•�••- �� 1 S E S] d;^si�.�� _?. 2}II :i.5n�].;=1� _`.tt1F-=f"_ - - `� � __ ' I ' �II��t' - .. j.^. 76 �3a.L}-�C�i= '���CIL i1C��._.- �"�" " '_"'_ S W6iCfrSklf'T -- � .'7-�A]Yr`�15 �9J1`-Tsi;_ �� " --' -� -+ € _ac❑ �:roa��=,c; �rt � = a oyH?Y :G1= ' . _�e 3Cty -_-- '�: � I I ? �[ •C �,3+ArY--1T_ I�i-4k GI!'?G:C� 3L:bu T� .._ I }a:fJ TiR77':�f -� . . iY.. ...., SY'] S'.!'Jrl�C33rG5'r+��23 ..- = E"-c�}�:�=i� .�:r•"'l 301t� 3C:� ' 33f��1 1RTgY7YT5nr�r a' �2.J=n::9 t]-.1.*=i.:[ 'C:4 ]�I=�:7.'0 v ��� � - C� i5 C�l:F=71` iir�rt�-Dii �a= ��a: �'�,�pC{ ! 3 'SPtir_37� 7;.iF2779 3.30 -'�=` .. d'-4 =:r� ����nan �j� a f .;_�r,11' :[--�u-=.�� ::ko �cb: zK:s �3:6,1 =�.i,3 �� ... � � =_-.t=oi: S�µ:7,= 37=0 3�'�_71G: rr;7 l^9 Tf�!'dtufi i3 2Q �5-i�Up2�'!' }��,'�-���i3 _"76O JL� ... 7atfs . . . ... —�---- . ...... � �ca� .:e3r�s+ .. e� �4 a-h�r,��" 'e,�e��se .'3'0 '3Ca[ 148{ i�:G�� =a'eR�7G=�t� � ["' _",'632�:1i3 �7C0_ ..E:�hC iAti c�.a� . . . _. . - � 11] 113 ��M1-- sC�rr'A!t � W.aFr Z S�m � i1�4 TeTa-vL7ar .V.V... _ 71'� �_'w}LYi�4'4F'�pa.4 11:M ia.r,sP7.:'rYrjtr ]I7� �78'�aLLetG'L�2AA�i --riz2 Te1r.�:P3�.rr,R.a�m- aisa =nen�orawi�iehrs� �a�inp ]ICff �'��'rstl}� ];izC 6ohl�xu 318t3 y'3N€-'Y� ' ' a�97 '��ti�naara � _ -'7:6� �i7�%� "s214 �fl2eiS[-�^1al1: S K6R3 -..'.-�- .� 53 _��F7� _ :]�i��:"70 �- - - - .._ 1: 17 �{v�='_!' 1�4r2�i•, }p:yp 7••0 : ' -------. .._ .', .. -----...-. ._.. ��--- �__ �3 �6-J.Fao�� -'�g_-6�'_ a_5IX7 -�7C = . ,. Ob�#:q-'-"t91 `.=M�Ug3C1: ,�iS�i ::1]f6 . � n ti � �� 22��, ;�++i�� 3iao 3a� � ��-�'� - ----'---- - S < iv�'�i''.'.'1! 3_q..;��Z�lt 3230 31FL-'3i + �L- :C 3W��:i13 . -::}z�1L S:aC }'E: i� tf +S oS:�Y.ts �a�ec=a,s ** - ---. � �e:�#�:'c ,.-v��c�e �i�te 7�71.`,l:ti"-li 'S 5 tsrJ-.v=r'-e��, •��G�-=�#9{ ?;$C �,a� -7 �'C � Y5-UiCF:A'� E�Nrnr-3M7 S7`tlL3[36R 3'".; �r �.- � 2G ��ma[lc cx-[a=�-:-=G��4 r,EC µ--- -- - �'� ...-------'--.. . . . .. __.. } ...-_ •c �o ii�9Sk:.iF. ':ra�=^_ln ]j3G 3-•- 'r� . � 1:{IFi:�IR 314C 8.' _: 7� ec 2o ai-��r�;� :�oeo-_o�a :� � �etiial ��'k � (y Iht�Tes. �i� � li�m�in�t9 ��rk �� � Cr�b�al �6i�[� � £�i�icaf �r���ira� i�'� � � cc���rl �41��vi� �P-4�� - � �1.���arT3�ta� � tr, e�� �` m�s���ci�� ��s�It�e ���e��w�� �x��t�r�e I �� I I ---+ _._� S � ... ��� ����� n 0 � C n -� °z � � � � � C� CJ rC'" m I L"0 � C�" � � � o N � N O �� � � �� � �a � C � � "(' a. � � '7 �° 77 �� ��a � �O � C~-• x � � � y 'b {'�'1 � n H a z O O .� � � � � b� �' o �� �z �� N � �i'� � 4.aC���iC�� �f'�`�� i�� �el�arte �eT�31��e �+r� o ,�rc7 tima YtSttl' i i�n 3�: T_�S Yi]Yf �:5� � i} "1r794f il�p IRrnEri 31� �T�ii'ni'G+Le'atr 3�InD 3=5_ ",t.5:}5�� _ ��r �tli_�_o' _-- =av"*7 ?,.'34 i1x:'+�rt l'9� C': � nL� 37G�3 '.rncr�--�wr -- -- SSr.rL � _ Ws�r t #mem 3� 7 ] T=!!'= L'i3"'_'� ' — — 53:� .`w1i'Y'7'9�i�Vaa-�:k! 373] �s.«�p3'��PF�ar ' — 37dCf -37 =4" iri4 �xsL-`3'_ �L�3{d3X �2�fi Jw7 35 !"�wu'_�Si-':-: � 4-�i: 3�'J�S'f"�� — .. _ .. . ... .. .. .""'—_"" """"'._. .. � 11GG .},�yPJ'a'z�P-31? ¢avjrg _ 3vT4 :�R.7Z- '---- 333� 5:�51�[t �",g^ 7�y-r,r -' ---- .......... �7a cta_1.8n _='i ::lbl'iG� _� �S'rAli W�J.rR!_'�C2T..1� CG5�1� i= nf�'_ti2'1 _ :b]: zr.po�1=.". ��Ilfl K741R.'�J.7Lf &i�^ Com. �u�a��etl�sc� _ 833C1 r11.L'10�3i'.FC4Lf��'�'C�'IR����L¢Y�1�:,36tE _�. ��TFiv Co--iFlt![r5 _� �:6E�af CuqSeve�aa CviCUG GlUitro� As� �ihk S�rrar 9Y8� tr_"d!I.11C.�•i�fO�:QY74G:ic-afif� Cn�trx: C�bsr� ' '9"� �yIS;1'Fa'�G'13Y '— � ��af �+���� � +s P���hcree - � �a��� 1�'�eiE � � Ct�i�a� h�fe�a�e � C:citica� i�r�aa9rar�g �tt�'ic g e�c�eg�l'�3� M[��rra ����'��s� �LJa� ir'���� I�wv� I�u.l .=YT i r�on i`_ I�oa7 f ir� I 1ux. 1! 11 aa,�g��7=_ !o-=�77? _ .._ " --.— <_.. 9L�+UI�:i'_ :c_ara.lv le�L Z'tG r..__�. — —"'E i 7FCr�".-��s- �5?��5�� J:2� 7:,iG . _ 5 i&:2}�ji:% ��S-.,'47._C1= 3247 �=:.1=:= '3 5�. a-F i7C=k-!: :t-;iY'C�} _ S 5 T;�[F:::S '»7tl-=�".[ ;:atl�31rC �Cz� �'� f io-G=F=.._ :�:1:C: ]� — i7 �-- -,e--- � 73-o:F�: : -a-�is��cie s:f6 � E~ F3 .. 3P`- -�5?a�t-297� �r-7ac-._�ie� _'¢� �� --r��' �E rC ��t-�Y?J=�! �!Y-Lao-361e 32b6 33II� ia7 . � - — ...�s.oec-.t,i�e�_ :o �s:-: �b7' L'.1 1� l�d3�:0�E G'.a[^=G!= I G� 3 19-=t7-�'.�[ .'-�a'4-'a�i�b �� £ 18 :.=]-:71' .6 �v-�!� :�[O.Fa.� .31 � 4` —' S "� ---e�cai: .-�:�: ='�ro...--�--'�i1. . ,.� � �s �---' :.=-;.:r:r.-a� _a,r�-�t. x}aa �i3ac —.—� 2Q stbC.�=r �• �R�Ym-�9=E '3�30 J:`: F$ —.._""_' _' ,. —. . _ _ . .................. ' 1`- 7i '—LL'{5'� =,7_3 t4.pr='-`�� "'- ��- . , � i E �G-�e.c-_]!_ =i{�F:1;5= 3acJ �j,.'� ' g 6: '� L"-ii'-��5i_ "ttv�`-i _ _ f 1: la . ._ir._=' _ �. iiM1.::� �1aE�P .. ��E�". 'J �F 7E7 �vU-:::: C9-F�=L75 577JI 331§t6 - 3ia o�Far-:: in [s-e�as�o,; a.5a � � - 'o ��-i'�: =7i3 :3�vsr�='-: .�_�o Sa�C ' — —"''c"' 7fi 14-+arn;_1: �'.�ri���".i Sr�� �� �3 C G :-fiPc.'�iF �#iic ii�� 2 _-L• a�'8 G]-�13Y:C�E; w3.li[¢=`'.' ❑����-=air !i-Mar���ri aC4� e:r. -- ..-... �0 ��17c-:C�L '�dp�--� �-aQ,.�iii6.3t�f Sd= �f S: �i} "c�r3['3 '1L-Gdr:dl4�t'.,t� vS�S � 5 7 CS-.�:r�"- i7:s.,t��=!.r e��,at3 '�:: 6 . . 9 �.ti�'+-LS'= �=a _.�: �r.4 .._..,..� '2'_ 15[ Cr.Y-:4'� i���a[ti'��u �8° I�: Osr��c�s i`-c��;5 . : Cla-a�t..7Li: i=-sur�.= _ � 7e-..r-.C7ti 1.-,�q�:�!: �:7 9e'4 r:+ lai 3a-.�C"ti�iL Ti-�'_ci��a 3s . xi v-:.�rx.r= i�Fu-�v,a a��v.s�� _�:t £I�-�DI� - � ei��.�ho��•d �ti���t C1r���#�r��t��� £I �:�s�li�e �s��e���e ���.g�� ��7Q3� �d IFEf :}3�= Z�-.�IJT�-��� 8 �9e � it� 3 � '�� �� � »� _ i _._� i �.�.�} � I ----�V� � � •--- j S _� 1 -- - � i I --- � I i ��l J L� ����.ii � n °z � � � � � � "C � c;i � � � cA n � rn I ta � � � �o � � N O `'� O� � m� _aE—: __�..�. __�. �S E � . � }C�' -�—�•----+-- �-=�-t-- • 1 i � . i �� � '� � � �_�� n. p r � "i7 C � :; n ,� N �(� N � .�'.� "�x z � � � n � n H O � i7 O n � � z -� � � �� � b� �� � z� �� � ,�.,�. T�� - G��i#al ���iw�� F_ajroa3� L��asei��E ?ETt�I�'€� ACCal7 IC JL'J+F�} �I�! i �1.'_7 11Gnf}c�P ;_�CICu.ao.�G»�Y5l3�Y1� yt34 w�ooParcht�.�eoan�a�r_-�SreeL —''Jf.1'J 'i^cv.�r1'P�r,.]"CJr.3��mr7�rPx�_. _ �. �iSA �a�n����2'aYG SSEC _..... _ .. ac�o _e�srs .=_a�a � �� �� � � �9?3➢EP� i��i4��C � � �riti�at R��l�ir�ra� W��ic � �P�oj��# ��_ �I�P�'� B ��� �� ��: �� ��-��� � P��� � taf 3 _ . �'.o ti �.- .`e5e15 �Ib_�� .�croa� IW! Jd�. � :^t'14 •�•' _ I I I I I I I R°y .a �i .. i���'�J��Q�•'�•�r��'i ._ ;.S 1Y-fr:T7c -i-=-rt•'-a��a 91�8 4'4� ----�-- - 1. __. � ' __L.�..._:.' �..--^_ = I7 23�f�1��5��, 9'i21.` .9t1RD � � ; � • � ... � .,����"��q -�.;,�.4--u7a 3731amm .et#u . _C � � � .-i:r.v;G19 ;71c :9T3C —�--- ' � �- — — —"— , I'-0�lLV:91a '-Dt}�C'g E1�C ." ' "' _' . , � Y � , • � �� � t�a�LdT 3xE7fCoYtAJ�. �6 �mp�e�d �4i��n� ��-�#�� - ��i���,��lx�ad ���e� �����i�c�i€s�� ����lli�� ����nl� ���.r���� ���� ����� n °z � � � � n a 0 z b � 0 � � � � n � d � r m I � � C�1 r � "d � o � �� Q -� � �, r . N (1y � 01 3216.1 CONSTCZUC'CIONPROCrRESS 3GHED[II.E—BAS�LINEEXAN�PLH Page 5 of 5 1 IIVD OF SECTION 4 Revisian Log DA'I'E NAME SUMMAitY OFCHANGE July 20, 2U1$ M. Jarrell lnitiallssue 3vlay 7, 202 L M Ov�n Revised mame due to revising the schedu�e specification CTI'Y O�' FORT V�ORTH STAIZDARD CONSTRUCTIf}N SPECIFICA"1'ION gOCITMENTS Revised August l3, 2021 jlnsert ProjectName] [Insert PrajectNumber] PAGE IS LEFT BLANK INTENTIONALLY O1 32 16.2 CONST1iUCTiONPAOGRBSSSCHEDULE—PROGRESSEXAMPLE Page 1 nF 4 i sECTTON o� �z x6.z 2 CONSTRUCTTON SCHEDULE -- PROGRESS EXAMPLE 3 PART 1- GINIIZAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress far the praject. This version. o�the 6 schedule is referred ta as a"progress" schedule. Th�s example is intended to provide 7 guidance for the Cantractor when developing and aubmitting a progress schedule. See S CFW Specification O1 32 16 Construction ScheduIe for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 26 27 CITY OF FQRT WURTT� [insert ProjectName] 5TANDARD CONSTRUCTI�N SFECIFICATION DQCLTMENTS [[nsert Project Number] Revised August l3, 2021 Ol 3216.2 Ca3vST12UCTIONPROGRE55 SCHEaiJL�—PiZOGREB$ EXAMPLE Page 2 of 4 1 � w � � G� � � � � � � � � � a' �� :�� � � � �- � � ...a C� � � ,� � �� I u � � � ; a � r� a. � � � �� d � s� �i �;a �� I � R y 4 �� � � � � � I� � � � � � � ��� � � � il� m 5 0 � � � � .tl � O �.i � �' � � � �c. � � C1TY OF PORT WOItTH STRNT7ARD CONSTRUCTION 5PEC7FICATiON DOClJIVIEI+ITS Revised August 13,262i •1 6;49!O O tf34Y �'; :� �� .,. .��n „� u �'�•� � � � �;� � � ? r H���:K a � � a� o�o r W � � ���;;� i; � i� i� ' n � � T +� {I EI�JH �'�°a : � �� ;r� � �'kt � �' � � �� �, 4�'I �J�'C; ;�w���n� :� .�:�s�;7 ' � � . � �� �" � � � � ��:i.. ..,i 8�3}13�]�� �j i - �;�.���� ���..i� � I! �I". � T `�t ,_i. . ii .. r.....�ri .� �.��� �frr r{ �'I�i,i�i�il.i�����r r.'r+�ri n� cv tv�r�v�.i iy ri ev `.;, . � .,,... � ; � o a'.0 n's, ��o oio:��4:5 f: �f. 'P:'-`�� I"'��' fn �: �Gi i;: � S� F- F= IW S' "� • I � . .- � I „� �i� �r � w n., �n .� � 'i +� F� iry. ii }i � ;; _y ��'u.�� v yl '� `''u'� �'y ��} "r� � � =� �'� � � �' � '. ]' . k 2. 'C i� 1q5�: f/ f y �} ]6 +i � +� � > > � S . [S � � '� ' �: i �� +i F � :.� � rl � r��i n � � j �,��� ;�;����—��� ,�� J ��!'��'�.,.:�a �Y .ai,�Si—, �. � ��. .� �.�o c� o rF � n r, �i �i av ri"" �7 ^ �.�. _ _ J n� r.t'� n, ��. .� a� ��� .. .s K ..� .� ��.!{' '.-� `.1 � � pri ^�� _ �y ��. nl i�.'.� '} �1'� �I ` ��' �R� `; '�� '� ' ll C:�:C C' p � Fi � � ..: : iti v tF� � ���:�! � r � cv 3� � n �a`rt �[ � 't �`" � t� .�,��� �?��.� �� �'1:���y�� :����?. �r ���� � ca c�u��.�� "�1 nl`—... ��:t.e. Ei .i E�:=���� F:.., ��. .� c+ i ��� ,: �r � � !r., .� i .. � .. .� w'���.� i... wl�, eo � w w'w � -� mI {; ►} 7 �ij ;;��; ;1 t; : �; �� � :• ;� tl {;�s�[a;., °�, il � �; � � ��a FI [I �� ; ti� �„ ' [ r. �� � 7 � � ,� �.r � M1'S '_'� �.�i .�'� � � � J � ���'�'� � �+��� � �, � ,�i:� � °� +� 1 .� - �� V. - - ., �. .` li :' � ��I.�`I I�i � .. .a ,- �'I �. ,. � „� ., ., m . m � .. .�e�� � � ,� �, � � �'� .� �. �'� Sl €J � 7.; �}� y e =� � �. ����� � n ; „{;��;�^ ��i Jl #�` � i � 'l { '{ `� � �.j.;; . �� ��, �, �. �i, L. F _ � r.� � '�� - i � ' �3' ; �: t � ���:� ���� �:, �,�€��E � � � �; � � � n � h'��*' ,i; � ,2,:�+; � �. h�.� :%� � s+� ,,.�. . _�i�, a,. �. .��.�...t } ", �f l. u�.� 2i'il.h�����G 8�8�0'�OI� G �� S�� 6iR 6� ni c . . � i � � �..� � „'":,kii�,� :f �,,. �1.��1�1. _ 2 �— ri� � .��� �� =! -+ k� ki Y:��i� � � � �y � �J {aiCl�Y�iii�l� •� ii�l�li { � ��.F���Yt wll�i ����Xr V1 � 4'V �.�.�i m il C] II^I� � I E :� .� �L � , y � �* � I .uIq � � ;�i � I ' , � � . �, r � �� w � � I � �L�',ti� ��' ^ I '�:� � � ��� ��� � �R� �L n. � i �� E u' .� �j��a ,y �� i9 � ��� � � � � fl � � � .� � �'���'� b �� �s ' � � eu, � �. R � � y � ��v � J" r . ; �;� � 4;fi ;��s f� �R' �� I� �,� ��{�� ' � ?L ��[} � i� i ` [j T ,l�� Z � i��� i�y.ik L'#I'i{ � C"�,'F'I �i�'I�i ii y' G/ � � U'� � � �� � o n �� � I��., ..y �, ^a ���';c�S^ui� � ... n ct � olo 'yE Y, �� ;� `� ,.^, �;9 ' °� � �' h?.}k N � �CiR 51��7��`�i;Fl � � �� =�i:i,����� A: � :� d; d", �: „rl[I � j� i�' Si ��I 1.,.f� � �I'T� ;n.vi I I '� . � j i � � � !I�i � O �� c� � �ed � � � � � I � � A �7 � � A � � �'a � � ! � � � � � li � � �i # � � � . � � � � � � � B � � � � � � � 0 ,� � � � � � � I I I [Inser# ProjectName] [Insert ProjectNumber} ai 32 i6.z C�1�5TRitCTION PROGRESS SCHEDULE—PROGKESS E3CAMPLE Page 3 of 4 1 2 : • � � =....i.......�.; � �i � N � _ -----�-,-�----# � ,� ._;r__.__, � � -- � � -� � :_�:_::_::�.; � � � - � =-- ,----.� � � � _�� � � � � � i i i � i -�� ; � C6` ��v f,'.: fv'tv ev n., 'ri`-� c� rv�v'rvlw-,v'i+rr�r:�.vl�vjty'�, � h' I r• f ' � 7 ��'W I� � �P � 4Y sl c�a ra wl +1 ar.il iJ LF l'I.G ,�'.4IGI � � �; � � � W .�, � F' � � ' � � I I !� �1 ;�: � igi ;� a� �� .,�GJ F�};k�°,�,y� :� �� �a��a � sl L��f������� f; i rt � 4 } i�' �'� f1��.fi F `� ��� .� �:} . �� � .,�'�i��v'� � r.;=l�� ,'_:�{� �y�� :'� ~�m �� „�w � �' � � •� r'M � w �.r f m _,� �a o�r• I�� a'R���: �H� �x.�� � ,� �.���� ��}���:������ ����'� ' � °- �' €; �- �rE n C� � ';� �� ii y � 4! a� fp .} y� '� �� w C � 'a� ��w ��r �n ��`. � " �l i,1 k �.i � k¢: �'i �1�}� 'C 7J , ,`�+.� � i�'.;.� :j ' ,� .� }i � �1� � ���; S� � � $ � .� � � ��'li % �n � ^'� � � 4� � ,��1. %� :� : � r ��I��� � :'^�'a .'a ?':� :S'��- - III Y J „ _tr 1� �" � _i ai .ti�u � �' ���� Y 'w� �� � �~ �� �� Y =; .. n � ^ � ,� :'.j �; � „'r �� � �i� a: , �` ��������� ���������,�����,�:� r.a. �;�'i LL � G` ���C' � � i] h O�fi O � 4�F1 �� �� �+ �-�u. .a 7 L I� � � . � .. y �y}i4i p f3 C�5 �i� � I� [y �n p Il� u� YI � r �ff�f� �� y� FV N r T� M � � F �„ ��� � 4 ¢ , �C ����� �� �] �{I•��� :' ��€:���,: " '; I I ` ; � —, � � �� � � � � � � � � �' s� � � �� I � *� � I � � � � .� 4 �; I „„ ` , � � �� €: �i, �� .i 'r�� ; ip +� �,' �' I�� � i�l � .f� �`Ip � I� �� � ����;�, � 4. 5 f e� I 4� � ,� . !� ,� .� .�'�' � ���:�� � �ti ���: p :.,,� ,., � e' � �`.g. � �] � � la 1i � � � �"'7 r �3 .�'�. y� }�"n� �It �{i D� '� �{ �� 53 F? � �' � � #i �'i �j R d`f.� � � �I:S :��;d;� n I � I I C1TY QF FpRT WORTH STANDARD CUNS'TRl1C1'ION SPECIFICATION ROCUMENTS Revised August 13, 2021 � N lr, ra;n�ev . 4Y W n� r. �€} ,f��l�;nr, �hg � �- �; _J � C5 n °;'� I" w! � � ���'� �� � � a� �, a � -� �w _l� .n ^. � �. F � +a P'� '.� + � � ,���5:�;� � �I .��I: �. m a� r���- � �� �� ;;�� }���'� ���5�;€' } � � �T' • .. � ���:I—�� ;�' :r ,, I� +�'�.� � ... C .�Il'� 3 � ��4 ��-��:-�� ; a�e� F G ri li: � � o al� p "� "��C � "�' �J i � i ..�oi al o-: �1 � � � f"�'�r'1 � I I ra.1c n �' Y� si o. .��I 4 aiv' � m m �� .w .h m Y +T � � ii�f i`� f i i� e� � �. f � ii } } � } ` } � �_:�� {� � S S � �r f� �i>i ��'I { oi�i — �. �� kl `7 tl kl ': i:� �. � �����>;'�' � ,' �� � �'s � :1 '=� ; ' � .i� J. �i� t� i�i �i- u w.�ii �� b' r : k� Y � "'�[IIs:� { Y � �r� � �,�?Iry.0 _ �...s , .�� m n,i m r� u ��I �. o `r� .�p r9 � � '� I�. `i :� � � ��� � � i�� ii{� � r� � f.'� � �'�� fJ {'F: A F � R} i�F M 4r�nF ��}i +i i1i�� � , .�:�... ��.� �. sE�o .. 4i—� � �� � ''L, �I i'4 n � �• ' � � ��:�:� � �E, � �'I.0 �.- V rs i 1� t� �{ �q � I. ., , r� '. i rr " - t�. I � � �� � j :; , u � `� �l �� ,,. ��ti .i �.r�r�',i' �� i i � ��:� —���� �, , � � f��u� +I � � � � � � �' � � � � {�? � � "�+ ,� .s� � � "��p � �� ��1 � � � � �' � � � � � � � � � �' � �' � � � � � � � � '� � � � � 1 I � � � [fnse�# Projec#Name] (insert Pmject Numher] O1 32 16.2 CONSTRUCTIONPAOGRESS SCf�DIfLE—PRQGRE55 EXRMI'LE Page 4 af 4 i nvv oF sECTTON z 4 5 DATE NAME July 20, zais Nlay 7, 2021 M. Jarrell InitialIssue Revisio� I..ag SiIMMARY O� CH�INGE I� Owen Revised name due to revising the schedule specification CITi' OF F012'C WORTH [Insert ProjeetName] STANDAItD CONSTRUCTION SPECIE'ICATION DQCUMENTS [Insert ProjectNwmber] Revised August 13, 2021 p132 15.3 —PROGRESS NARRATIVE Page 1 of 1 sFc�oN o� 3z x6.� CONSTRUCTION PROJECT SCHEDUL� PR�GRESS NARRATIVE F�epnrting Periad: Project Name: City Project No: Ciiy Project Manager: �ate Issued: Co ntracia r Co mp any Na me: CantractorSchedule Cantact: A. List of activities changed in the reporting period. 1. (insert text here) z. (insert tex# here) 3. (irtsert text herej 4. (insert text here) 5. {insert text here) 6. (insert t�xt herej 6. Lisi any pote��tial defays and provide mitigation actions 1. (insert text h�re) 2. (insert text here) 3. {inserfi text here) C. List any acfiva! delays and pro�ide reco�ery ac�ions �, (insert text here) 2. (insert text here) 3. (insert text herej Gty of Fort worth, rexas Constru�tlon Project Schedule Narlative Report far CFW Projeds Revised August ].3, 2p21 Page 1 of 1 PAGE IS LEFT BLANK INTENTIONALLY Q] 3233-1 PRECONSTRLIC`I'IO1�I VIBEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTI�N VD7E0 PART 1- GENE�iA.L 1.1 SUMMARY A. S�cYian Includes: 1. Administrative and procedural requirements for; a. Preconstruction Wideos B. Deviations frorn this City o�' �`art Warth �tandard Specification 1. None. C. Related 5pecification 5ections include, but are not necessarily litzaited to: 1, Division 0--- Bidding Requirements, Contract Forms arad Conditions of the Cont�act 2. Division 1— Genez'al Requirements 1..2 PRICE AND PAYMENT PROCEDiTRES A. Measurement and �'ayment 1. Work assaciated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this I#em. 1.3 REFERENCES [N4T USED] 1.4 ADMII�TISTRA.TNE REQUIREMENTS A. Preconstruction Video 1. 1'roduce a preconstructian video of the site/alignment, includitag all areas in the vicinity of and to be affected by construction. a. Provide digital capy of video upon request by the City. 2. Retain a copy of the pr�construction videa until the end o� the maintenance surety periad. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMI'TTALSIIN�'ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMIT'TALS [NOT USED] 1.$ MA�NT�NANCE MA.TER�AL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1,11 FXELD [SITE] CONDZT�ONS [NOT USED] 1.].2 WARR�NTY [NOT USED� PART 2 - PRODUCTS [NQT U�ED] CITY OF FQRT WOR'1'H WES'T'CREEK Cf3ANNEL MAINTENANCE STANDARD CDiVSTRUCT[0%I SPEC�ICATION I)OCUIVIENTS CIT'Y PRQ7ECT NO. 103060 Re�ised 7uly 1, 20l � O13233-2 PRECONSTI2UCTION V1DE� Page 2 af 2 PART 3 - EXECUTION [NOT USED] END OF SECTX�N Revision Log DA`I'E NAME CITY OF FORT WORTH 5TA1vI)AAl3 CONSTR[7CTION SPECIFICATION DOCUMENTS Revised 7tiky 1, 2411 SUMMARY OF CI7ANGE WESTCREEK CE3ANNEL MAINTE�TANCE CITY PROIECT AfO. 163�6Q O133d0-1 SUBMITTALS Page 1 of 8 SECTION Ul. 33 OQ SUBMITTALS PARTI- G�NERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. 5hop Drawings b. Prod�act Data {including Standard Praduct Lisf submittals) c. 5atnples d. Mock Ups B. Deviatinz�s from this City af Fort Wortk► Standard 5pecification l. None. C. Related Specification 5ections inciude, but are not necessarily limited ta: 1. Division 0— Bidding Requir�ments, Contract Forms and Conditions of the Contract 2. Division 1— General Requ.irements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Fayment i. Work associated with this Item is considered subsidiary to the various items bid. No separate payment wi�l be allowed for this Itexn. 1.3 REFERENCES [NOT USED� 1.4 ADMIIVISTRATIVE REQTJ'1REMENTS A. Coordination 1. Notify ilae City in writing, at the time of stibmittal, of any deviations in the submittals fram the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal su�ciently in advance of perfarming the related Work ar other applicable activities, or within the time specified in the individual Wark Sections, afthe Speciiications. b. Con#ractor is responsible such that the installation will not be delayed by pracessing times including, but nat limited to: a) Disappro�al and resubmittal (if required) b) Coordination with otrier submittals c) Testing d} Purchasing e) �'abrication �} Delivery g) Similax sequenced activities c, No extension of titne will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. C1TY OF FORT WORTf-1 WESTCI2EEK CiIANNBL MAiNTEAfANCE STANDARD CONSTRl1CTIQN SPECiFICATEQPi DOCUMENTS CITY PROdECT NO. 103Q60 Revised Aeoember 20, 2012 a i 33 ao - z S[TBMTTT"ALS Pag,e 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submiiting shop drawings or samples, utiSize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use ihe fiz'st 6 digits of the applicable Speciiication Section Nurnber. b. Far the next 2 digits number use numbers 01-99 ta sequentially number each initial separate item or drawing submifted under each specific Section number. c. Last use a letter, A-Z, indicating the resuhznlssion of the same drawing (i.e. A=2nd su6mission, B�3rd submission, C=4th submission, etc.). A typical submittal number wauld be as iallnv�+s: 03 3D 00-Q$-B 1) 03 3Q 00 is the Speci�ication Sect[an for Concrete 2) 08 is the eighth ir�itial submittal under this Specifieatian 8ection 3) B is the fhird sub�nission (second resubmission) of that particular shop drawing C, Contractor Certification 1. Review shog drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify ihe follawzng: a. Field measurements b. Field construction criteria e, Catalog numbers and similar data d. Con%rmance wi#h the Cflntract Documents 2. 1'rovide each shop drawing, sample and pz'oduct data submi#ted by the Contractor with a Certification 5tatement affixed including; a. The Contractnr's Company name b. Signature of'suhmittal reviewer c. Certification �tatement 1) "By this submittal, I hereby rapresent that I have determixaed and verified field measurements, �eld c4nstruction criteria, materials, dimensions, catalog numbers and simil� data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Farm.at 1. Fold shop drawings larger than 8'/z inches x I 1 inches to 8%a inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description af Packet 2) Contractor Certification b. List of items 1 Table of Contents c. Fraduct Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions C1TY QF PORT WQRTH WESTCREEK CIiANNEL MATi�f'1'ENAl�'CE STANllAC2U CONSTRUCTION SPECIF{CATIpN DOCUMENTS CITY PRQdEGT NQ. I63a6q Revised December 2D, 2012 0133U0-3 SUBMITTALS Pege 3 of $ 2, The Project title and number 3. Contractor identification 4. The names of: a. Cantractor b. Supplier c. M�nufacturer 5, Identiiication of the product, with the Speci�catian 5ection numb�r, page and paragraph{s) 6. Fie1d dztnensions, clearly identified as such 7. Aelatzon ta adjacent ar critical features of the Work or materials $. Applicable standaz'ds, such as ASTM or Federal Specification numbers 9. Tdentification by highlighting of de�lations from Contract Documents 1 p. Irientiiication by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps �'. Shop Drawings I. As specified in individual Work Sections in.clttdes, but is not necessarily limited to: a. Custam-prepared data such as fabrication and erection/installation (working} dra�vings b. Schedulad informatioza c. Setting diagratns d. Aatuai shopwork manu�acturing instructions e. Custom templates f. Special wiring diagrams g. Caordination drawings h, Indi�id�al system or equipment inspection and test reports including: 1} Perfarmance curves and certificatians i. As applicable to the Wark 2. Details a.. Relaiion of the various parts to the znain members and lines of the struc��te h. Where correct fabrication of the Work depends upon field measureznents 1) Provide such rneasurements and nate on the drawings prior to sub�nitting for approval. G_ Product Data 1. For submittals af praduct data for products included on the City's Standard Product List, clearly iden.tify each item selected for use on the Froject. 2. For submii�als of prodttct data for products n�t included on the City's Standard Product List, submittal data may include, but is not necessa�'ily liznited ta: a. Starndard prepared data for manufactured products (sometimes referred to as catalag data) ].) 5uch as the manufacturer's produet specification and installation instructians 2} Avaiiability of coiors and patterns 3} Manttfacturer's printed statements of eompliances and applica�ility 4) Roughing in diagrams and tetnplates 5) Catalog cuts 6) ProdLict photographs CITY OF FORT WORTH WESTCREEK CHANNEL MAINTEt�fANCE STANDARD COIYSTRL[CTIDN SPECIFICATION DOCUMENTS CITY PRO.rECT NO. 103060 Ravised Aecember 20, 2012 013300-4 SUBMITTAL5 Page 4 of 8 7) 5tandard rviring diagrams 8) Printed performance curves and operational-range diagrams 9) Froduction or quality cantral inspaction and test reports and eartiizcations 10} Mill regorts 11) Product operating and maintenance instructions and recommended spare-paris Iisting; and printed praduct warranties 12) As applicable to the Work H. Samples 1. As specified in individual Seetions, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1j Sectians af manufactured ar fabricated Work 2) Srnall cuts or containers of materials 3} Completa units af repetitiveIy used products eolor/texture/pattern swatches and range sets 4) 5pecimens for coordination of visual effect S) Graphic symbols and units of Woxk to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nar any materiai to be falar�cated or installad prior to the appraval or gualified approval of such item. 1. Fabrication performed, tnateXials purchased ar an-site construction accornplished which does not conforrn to approved shop drawing5 and data is at the Contractar's risk. 2. The City will not be liabie for any expense or de�ay due to cort'ections or remedies required to accomplish conformity. 3. Cnmplete project Work, materials, fabrication, and installations in canformance with approved shop drawings, applicable sampI�s, and product data. J. Submittal Distribution Elecf.ronic Distributifln a. Confirm deveIopment of Project dixectory for electronic submittals to b� uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) LTpload submittal ta designated project directory and natify appropriate City representatives via email of submittal posting. 2) Hard Cnpias a) 3 copies for all submittals b) If Contractor requires more ihan I hard copy af Shop Drawings returned, Cont�actar shall submit mare than the number of capies listed above. c. Product Data l) Upload submittal to designated project directory and notify appropriaie City representatives via email af submittal posting. 2) Hard Copies a) 3 copies far ali submittals d. Samples 1) Disiributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF fdAT WORTH WESTCREEK CIiAN1�EL MAINT'ENkNCE STANDARD CONSTRUCTION SPEC1FiCATIONDOCUMENTS CiTY FR07ECTN0. 1U30b0 Revisad December 20, 2012 0133D0-S 5U�MITTAL5 Page 5 af 8 a. Shop Drawings 1) Distrihuted to the City 2} Copies a) S capies for mechanical subrnittals b) 7 copies for al1 ather 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} � capies c. 5 amples 1} Distributed to the PrQject Representative 2) Copies a) Submit the number stated in the respective Spec�cation Sections. 3. Distribute repraductions of approved shop drawings and copies af approved product data and samples, where required, to the joh site fle and elsewhe:re as directed by the City. a. Provide number of eopies as directed by the City but not exceedingthe number pr�viously speci�ied. K. 5ubmittal Review 1. The review of shop drawings, data and saznples will be far generai conformance with the design concept and Cantract Documents. This is not to be cflnstrued as: a. Pez'rnitting any departure from the Contract requirements b. Reli�ving the Contractor of responsibility for any errors, including details, dizn�ensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, sarr�ples or product data by the City does not relieve the Contractor from his/her responsibility with re�;ard to the fulfillment af the terms of the Contract. a. AlI ris�Cs of error and omission are assumed by ihe Contractor, and the City will have no responsibility there%re. 3. The Contractor remains responsible foz' details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques af assemhly and far 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 he so rninor as not to involve a change in Contract Price or iime for performance, the City may return the reviewed drawing5 without noting an �xception. 5. Sub7t�ittals will be retZuned to the Cbntractor under 1 of the following codes: a. Code 1 l) "NO EXCEPTIDNS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this cod� the Cot�tractor rnay release the equipment and/or material for manufacture. b. Cade 2 C1TY OF FORT WORTH WESTCREEK CHATiNEL MAIN'['EhIANC� STANAARD CO�YSTRUCTION SPECIFICAT'ION DOCUMENTS CITY PR07ECT NO. 103060 Reaised Decemher 20, 20 f 2 oi33oa-6 SUBMITTALS Page G of 8 1) "EXCEPTIONS NOTED". This cocie is assigned when a eonfirmatlon of the notations and comments IS NOT required by the Contractnr. a) The Contractor may release the equipment or rnaterial for manufacture; however, all notations and comments musi be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESLIBMIT". This combination of codes is assigned when notatians and comments are extensive enough to require a resubznittal of the package. a} The Cpntractor may release the equiprr�ent or material for manufacture; however, all notations and comments must be incorporated into the final product. b) Tlus resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City t�vithin 15 Calendar Days af the date of the City's transrnit�aj requiring the resubrnzffal. d. Code 4 1) "NOT AFPROVED" is assigned when the submitta� daes not meet the intent of tl�e Contraci Documents. a) The Cnntractor must res�bmit the entire package revised to bring the submittal into conformatice. b) It znay be necessary to resubmit using a ciifFerent manufacturer/vendor to ta�eet the Cantra.ct Documents. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by th� Giiy 2) Marked with revision triangle ar other similar zrzethod a} At Contractor's risk if not rnarked b. 5ubmittals for each item will be r�viewed no more than twice at the City's �xpense. l) All subsequent reviews will be performed at times convenient to the City and at the Contractar's expense, based on the City's ar City Representative's then prevailing rates. 2) Pravida Contractor reimbursement to the City within 30 Calendar Days for ajl suc� fees invoiced by the City. c. The need far mare than I resubmission or arfy other delay in obtaining City's review pf submittals, wi11 not entitle the Contractar to an extension of Contract Tinne. 7. �'artial Submittals a. City reser�es the right to not re�iew submittals deemed partial, at the City's discretion. b. Submitkals deemed by the City to be not complete will be returned tn the Contractor, and will be considered "Not Approved" uniil resubmitted. c. The City may at its option provide a list or mark the submittal directing the Coniractor #o the areas that are incompl�te. 8. If the Contractor considers any correction indicated on fhe shop drawings to constitute a change to the Contract Documents, then written notice mus� be provided ihereof to the City at least '1 Calendar Days prior to release for manufacture. C1TY O� FORT WOTiTH VJESTCREEK CHANNSL MAINTENANC� STANDARD CONSTRi3CTION SFECIFICATTON DOCUMENTS C1TY PROJECT NO. ] 03060 Rer+ised December 2p, 2Q 12 O13300-7 SUBMITTALS Page 7 af 8 9. When ihe shap drawings have beer► completed to the satisfaction of the City, the Contractor may carry out the consYruction in accordance iherewith and no further changes therein exeept upon written instructions from fi.[ie City. 10. Each submittal, appropriately coded, wi1S be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual5ections, include, but are not necessarily limited ta, complete units of the standard of accaptance for tha# type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications J. Lf specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Cantractar Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Dacurnents c. When the Contractor believes there is a conflict between the Drawings and Speciticatians 1) Identify the conflict and request clariiication 2, i7se the Request %r Informaiion (RFI) form provided by the City. 3. Numbering of RFI a. �'refix with "RFI" followed hy series number, "��", beginning wjth "O 1" and increasing sequentially with each additianal transmittal. 4. Sufficient infarmation shall be attached to permit a wriften response without further information. S. The City will log each request atid will review the request. a. If review of the project infarmation reyuest indicates that a change to fhe Contract Documents is required, the City will issue a Field Order or C�ange Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINF4RMATIONAL Si]BMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] �.$ MAINTENANCE MATERIAL SLTBMI'I'TAL� [NOT USED] 1.9 QUALITY A�SURANCE [NOT USED] 1.10 DELNERY, STOR.A.GE, AND HANDLING [NOT i1SED] 1.11 FIELD jSITE] CONDITIONS [NOT i]S�D] 1,12 WARRANTY [NOT USED] C1TY OF FORT WORTEI WESTCREETC CHANIVEL MAINTEI+iANCE STANDARD CONSTRUCTION SPECiFICATlON DpCiINIENTS CITY PR0IECT NO. 103060 Revised December 20, 2012 p13300-8 SUBMITfALS Page 8 of 8 �ART 2 - PRODiTCTS [NOT USED] PART 3 - EXECUTION �NOT U$ED] END OF SECTION Revision Log DAT� NAME 12l20l2�12 D.7ohnson SiJMMARY OF CIIANG� 1.4.K.8. Working Days mod�fied to Calendar Days CITY OF F�KT W(}RTH 1�WESTCREEIC CHANN�L IViAiNTENANCE S'CAIdDARD COIVSTRlICTION SP�.CiF1CAT1pN Dp�UMENTS CITY PR07ECT NQ. 103060 Revised I3ecember 2Q, 2012 ol3sia-i SPECIAL PROJECT YItOCEDURES Page 1 of 8 f�a 3 PART1- GENERAL 4 1.1 SiJMMA.RY 5 A. Section Zncludes: 6 7 8 9 10 11 12 13 14 15 16 j7 18 19 20 21 SECT�ON �13513 Sl'ECIAL PRO.FECT PROCEDiJRES 1. The procedures for special project circumstances that includes, hut is noi limited to: a. Coordination wlth the Texas Department of Transportation b. Work near High Voltage Lines c. Conf"ined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Wat�r Departmenfi Notification g. Public Notification �'rior to Begirining Construction h. Coordinatian with United States Army Corps of Engineers (None required). i. Rail Road Crossings (None required). j. Dust Control k. Employee Parking B. Deviations fram this City of Fort Worth Standard Speczfcation 1, "I�arrant RegionaI Water District (TRWD} for waterline crossing. 2. T�tWD for property use. 3. City of Fort Worth Parks Departnnent Land use. 22 G Related Specification �eciions include, but are nat necessarily limited to: 23 1. Division 0— Bidding Requirements, Cantract Fortns and Conditians of the Contract 24 2. Division 1— General Requirements 25 3. Seotion 33 12 25 -- Coz�nectian to Existing Water Mains 26 1.2 PRICE AND PAYMENT �R4CEDURES 27 28 29 30 31 32 33 34 35 3b 37 38 39 A. Measurement and Payment 1. Coordination wit�in Railraad permit areas a. Measurezzient 1) Measurement for this Item will be by lump sum. b. Payment �) The work perforir�ed and materials fuz':r�ished in accardance with this Item will be paid for at the lump sum pz'ice bici for Railraad Coordination. c. The price bid shall include: 1) Mabilization 2) Inspection 3) Safety fixaining �!) AdditionalInsurance 5) Insurance Certificates CI'TY pF FpRT WbRTH WE3TCREEI� C�IANNEL MAIN'PErSANCE STANDARD CONSTRUCTION SPECIFTCATION DOCUMEIVTS CITY PR07ECT NO, 103060 Revised �ccember 20, 2012 F:SPItOlEC1'S4Q3I81067-01�9 AES[GIJ14-0PRQt�CT MANUAL_SPECIPICAI70N31I06°h1LlIV �1161 35 l3 SPECIALPROfEC'f YItDCED1IRES.DQC D13513-2 SP�CIAL PROiECT PAOCEDURES Page 2 0#'8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 16 I7 18 2. � 6) Other requirements associated with general coordination vt+ith Railroad, ir�cluding additiona! employees required to pratect the right-of-way and property ofthe Raifroad from damage arising aut of andlor fram the construction of the Project. Railroad Flagmen a. Measurement 1) Measurement for tl�is Item will be per warking day. b, Payment 1) 'I'he wor�C performed and materials furnished in accordan�e with this Iiem will be paid far each working day that Raiiroad Flagrr�en are present a# the Site, c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requiretnents associaied with Railroad All other items a. Work associafied with these Items is considered subsidiary to the various Items bid. No separata payment will be aliowed for this Item. 19 1.3 REFERENCES aa 21 22 23 24 25 26 27 A. Reference Standards 1. R�f�z'ence sYanriards cited in this Specificatian refer to the current reference stan.dard published at the time of the latest revision date Iogged at ihe end flf this Specificatior�, unless a date is speci�cally cited. 2, Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Vol#age Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Canstruction Specification 28 ].4 AllN1INI�TRATIVE REQiTIREMENTS 29 30 31 32 33 34 35 36 37 A. Caortiination with the Texas Department of Transpartation l. When vrork in the right-of way which is under the jurisdiction of the Texas Department of Transportation (TxD�T): a. Notify the Texas Department of Transportation prior to commencing any wrork therein in accardance with the provisions of the permit b. Al� work perfo�ed in the TxDOT right-of-way sha11 be performed in coznpliance with and subject to approval from the Texas D�patfznent af Transportation B. Work n�ar High Vaitage Lines 38 I. R�g;ulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 4D candu�#ors or between a conductor and the ground) shall be in accordance with 41 Health and 5afety Code, Title 9, Subtitle A, Chaptar 752. 42 2. Warning sign 43 a. Frovide sign of suificient size tneeting all OSHA requirements. 44 3. Equipment operaiing within 10 feet of high voltage lines will require the following 45 safe�y features 46 a. Insulating cage-type of guard ahout the boom or arm CITY OF FORT WORTi-I WE5TCREEI� CHANNEL MAfAfTENANCE 5TANDARD CO3YSTRUCTION SPECiFICATIO]*T DOCUMENTS C1TY PRO.lECT NO. jU3060 Revised December 20, 2012 P:SPROILCTS[p3tS1067-0119UHSIGLVI9-4PROIECI'MANUAL SP�QFICATI�N51100%WIVU11a13513SPEC[AI.PItO]EGTPROCO�URES.UOC 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 2 3 4 5 b 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 36 31 32 33 34 35 36 37 38 39 40 �41 b. Insulator links an the lift hook connections for �ack hoes or dippers c. Equipment must meet the safety requirer�nants as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high valtage electric lines a. Notification shall be given to: 1) The power company (axaznple: ONCOR) a} Maintain an accurate log of aIl such calls to power company and record action taken in each case. b. CoQrdination with power company 1) Aftex notif cation coordinate with the power company to: a) Erect temporary �nechanical barriers, de-energize the Iines, or raise or lower the lines a No personnel may worl� within 6 feet af a high valtage line befare the ahove requirernents have been met. G Con�ned Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined 5paces inciude: a. Mani�oles b. All other confined spaces in accordance with 05HA's Pe�nit Required for Canfined Spaces D. Air Pollution Watch Days 1 7 Getaeral a. 4bserve the follow ing guidelines relating to working on City eonsiruction sites on days desigriated as "AIR POLLUTI4N WA`�CH DAYS". b. Typical Ozone 5eason 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. Watch Days a. The Texas Comrrtission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Poliution Watch by 3:04 p.m. on the afternoon pxior to the WATCH day. b. Requirements ]) Begin work after 10:00 a.m. whenever construciion phasing requires the use nf motorized equipment for periods in excess of 1 hour. 2} However, the Contractor may begin work prior to 1D:00 a.m. i£ 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 Stilfur Diesel (ULSD), diesel emuIsions, o:r alternative fuels such as CNG. 42 E. TCEQ Air Permit 43 1. Obtain TCEQ Air Permit for eonstruction activities per requiremen#s of TCEQ. 44 �'. Use of Explosi�as, Drop Weight, Etc. 45 1. When Contract Documents permii on the project the following will apply: 46 a. Public Nati�cation CITY OF FORT �1VORTH WES7'CREEK CHAN�TBL MATNTENANCE STANDARD CONSTRLTCi`ION SPECIFICASION DOCUNIEl�'TS Cli'Y PROdECTNq, 1030b0 Revised Deaember 20, 2412 F:1PR03ECTSHI3l81067-OI\9 ��SEGW49-4 FRO]HC1' MANIJAL SPECLFICATIONS110f1°/aL�IV OI401 15 19 SPECIAL PROlEC1' PROCEDllR55.DOC 013513-4 SPECIAL PROJECT PROCEDURLS Page 4 of S 1 1) Submit notice to City and proof of adequate insurance caverage, 24 hours 2 prior to commencing. 3 2} Minimu�n 24 hour public notiiication in accordance with Section O1 31 13 4 G. Water Dapartment Coardination 5 l. During the canstruction of this pz'oject, it will be necessary to deactivate, for a G period of time, existing lines. The Contractor shall be required to coordinate with 7 #he Water Department to determina the best timas for deactivating and activating S those lines. 9 2. Coordinate any event that will require connecting to or the opera�ion of an existing 10 City water line systa�a�. with the City's representaiive. 11 a. Coordination. s�all be in accordance with Section 33 12 2S. 12 b. If needed, obtain a hydrant water meter frorri the Water Department for use 13 during the lzfe of named projeci. 14 c. Tn the event that a water �alve on an existing live system be turned off and on 15 ta acconnmadate the construction of the proj ect is xequired, eoordinate this 16 activity through the appropriate City representative. i7 1) Do not operate water �ine valves of existing water systetn. 18 a) Failure to comply will render the Contractor in violation of Texas Penal 19 Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor 20 will be prosecuted ta the full extent of the law. 21 b} In addition, the Contractor will assurne all liabilities and 22 responsibilities as a result of these actions. 23 H. Pub�ic Notifiication �z'ior ta Beginning Construction 24 1. Prior to beginning construction an any block in the praject, on a block by block 25 basis, prepare and deliver a notice or flyer of tha pending canstru�tion to the front 26 door of each residence or business that wi31 be impaeted by construction. The taot�ca 27 shall be pre}�ared as follows: 28 a. Post notice or flyer 7 days prior to beginning any construction activity on each 29 block in the project area. 30 1) Frepare flyer an the Cantractar's leiterhead and include the �ollawing 31 information: 32 a) Name of �'roject 33 b) City �':roject No {CPN) 34 c) Scope of Project (i.e. type af construction activity} 3S d} Actual construction duration vvitfi�in the block 36 e) Nazne of tile contractor's %z'�man and phane number 37 f} Name of #he City's inspecior and phnne number 38 g) City's after-hours phone numb�r 39 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 40 A. 41 3) Submit schedule shawing the construction start and %nish time for each 42 block of the project to the inspector. 43 4) Deliver flyer to the City Inspec#or for review prior ia distributian. �44 b. No constructlon wiil be allowed to begin on any block until the flyer is 45 delivered to all r�sidents of the hlock, 46 I. Public Notiiication of Temporary Water Service Interruption during Canstruction CITY OF FpItT WbRTH WESTCR�EK CHANNEL MAl7+tTENANCE STANDARD CO?VSTRUCTION SPECIFTCATIOIV DOCUMENTS CITY PROIECT 1�Q, 103060 Revised December 20, 2012 F:\PRDJECT510 3 1 810 67-0 119 DESiGN19d PRO.�C7' MANUAL SPECIFICATIONS11011%WN O1101 3S 13 SPECIAL PROlECT PROCm[7RES.�OC O13513-5 SPECIAL PAdJ�CT FROCEDURES Page S nf 8 1 1. In the event it becomes necessary to temporarily shut down watez' service ta 2 , z'esideats or bt�sinesses during construction, pre�are and deliver a notice or flyer ni 3 the pending interruption to the front doar of each affected resident. 4 2. �'repared notice as follows: 5 a. The notiflcation or flyer shal] be posted 24 hours prior to the temporary S interruption. 7 b. Prepare flyer on the cont�'actor's letterhead and include ihe followin� 8 information: 9 1) Name of the pro��ct 10 2) City Project Number 11 3) Date of #he interruption of service 12 4) Period the interruption will take place 13 5) Nama of the contraetor's foreman and phone number I4 6} Name of the City's inspector attd phone number 15 c. A sanrjple of the te�nporary water service interruption notification is attached as 16 Exhibit B. i7 d. Deliver a copy of the teznporary interruption notification ta the City inspector 18 far reWiew prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been �elivered to 20 all affected residents and 6usinesses. 2i £ Electronic vexsions of the sample flyers can be abtained from the Project 22 Cons�'uction Inspector. 23 J. Coordination with LTnited States Army Corps of Engineers (USACE) 24 1. At locations in the Project where eonstruction acti�ities occur in areas where 25 USACE permits are required, meet aIl requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locat�ons in the project where constructaon activities occur in areas wh�re 29 railroad permits are required, meet all reguirements set forti� in each d�signated 30 railroad �ermit. Ti�is includes, but is not limited to, pravisions %r: 3l a. Flagmen 32 b. In�pectars 33 c. Safety training 34 d. Additiot�al insurance 35 e. Insurance certiiicates 36 £ Otk�ar employees required to protect the right-of-way and property of the 37 Railroad Company #'rom damage arising out of and/or from the construction of 38 the project. Proper utility clearance pracedures shall be used in accordance 39 with the permi# guidelines. 40 2. Obtain any supplementai information needed to eomply with the railroad's �1 requirements. 42 3. Railroad Flagmen �}3 a. Submit receipts to City for verification of working days that railraad flagmen 44 vaere present an Site. 45 L. Dust Control 46 I. Use acceptable measures ta contral dust at the 5ite. 47 a. Ii water is used to control dust, capture and proparly dispose of waste water. 48 b. If wet saw ciitting is performed, captur� and praperly dispose of slurry. C1TY OF FORT WOl2TH WE$TC12E$K CHAI�NEL MATNT�t*IA?�fCE STANDA� CONSTRUC7TON SPECIFICATION DOCUMENTS CITY PR03ECT NO. 1D3060 Revised Decemk�er 20, 2012 F:1PA01EC3'S193 1 610 6 7-0119 �E53GIV59-0 PRO]EC'C MANClAL Si�ECIF1CATlONS5100%WIV U11p1 3i 13 SPECIAL PRO]FC7' PROCEI]L71iE5.O0C O13S 13-6 $PECIAL PR07fiCT PROCEDURES Page b nf 8 1 2 3 4 5 6 7 8 4 10 S1 M. Employee Fari�ing 1. Provide parking for employees at locations approved by the City. 1.5 SUBMITTALS [NOT USEDI 1.6 ACTION SUBMITT.ALSIINFORMATIONAL �UEM�TTALS [NOT USED] 1.7 CLOSEOUT SUBM�TTALS [NOT USED] 1.8 MtLiNTENANCE MAT�RIAL SUSMITTAL,S [NOT USED] 1.9 QUALITY A��URANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND H�iNDLING [NDT USED] 1.11 FIELD [SITE] CONDITIONS jNOT USED] 1.12 WARRANTY [N�T USED] PART 2 - PRODUCTS [NOT USED] 12 PART 3- EXECVI'�ON jNOT IISED] 13 14 DATE NAME 8I31/2012 D.lohnson 15 END OF SECT�ON Revision Log SUNINIARY OF CFIANGE 1.4.B — Added requirement of eompliance with Health and Safety Cade, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsi6ility for obtaining a TCEQ Air Permit CITY OF FQRT WdRTH W�STiCREEK CHAi+fNEL IvIAINTENANCE STAI�DARD CON3TRUCTIQhI SPECIFICATTQN DOCUIv1ENT5 C1TY PR07BCT ND. 1p306� Revised Decemher 20, 2012 F:IPROIEC'fS103 1810 6 7-0119 �ESIGM9-4 PROIECI' MANUAL SPECIFICAT10N55t064'rIQIV 031�1 35 17 SPLCCAI,PROI@CTPROCEDURES.DOC O ] 35 l3 - 7 SPECiALPR03ECTPROCEDURES Page 7 of 8 2 3 4 5 6 7 s 9 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3�4 35 36 37 EXIiIBIT A (To be p�inted on Contractor's L.etterhead) Date: CPN No.: Project Name: Mapsco L.acation: L.imits of Canstructinn: - - � — i I � i , THlS 1S TO 1NFORM YOU THAT IJIVD�R A CON7RACT WITH THE CITY OF FORT IdV�RTH, OUR COMPANY W�LL WORK ON U7ILITY LINES ON �R AR�UND YOUR PROP�RTY. CONSTRUCTION WILL BEGIR! APPROXIIVIATEI.Y SEVEN �AYS FROM TH� �A7� DF TH15 NOTIC�. [F YOU HAVE Ql1E5T�ONS ABOUT ACCESS, SECURITY, SAFETY OR ANY �THER iSSUE, PL�ASE CALL: �l['. CCONTRACTOR'S SUP�RIT�TEND�NT� AT <7ELEPHO�[E NO.> OR �llr. �CITY INSPECTOR� AT < 7�L�PHON� NO.� AFT�R �4:30 PM OR ON WE�KENDS, PLEASE CALL (817) 39� 83Ufi PLEASE KEEP TH15 FLYER HANDY WHEN YOU CALL C1TY OF FORT WORTH WES"CCAEEK. CHANiV6L MA[NTENANCE STANDARD CO1�iSTRUCTION SPEC[f'1CATION DOCU1�fENTS C1TY Pit03ECT NO. iD306� Revised December 20, 2012 P:SPROlECT5103I81067-01i4DESiGIV19-4PK07EC1'MANLfAL SPEC[FICAITQ;+f511d1fl%WrvU1101 3 5 13 5PtCCALPl20]LC7'PROCHDLIRES.DOC 013513-8 SPECIAL PR0IECT PROCEDURES Page 8 of 8 1 2 E�HIBIT B �"ORT �ORT�H a� �Q� Fia. XX7C7[ �roject ti�Qae: �� �l ��a� �� Jl �.i��r �i��.�� ����� o��r� � i�� ����������� }lUE 1'O UTILITY TMP�tOVEMENTB II+F XQIIA l�T�xGHSORITOQA, XOUEt WATERSERVIC�'WiI.L B� 11YTEIiRUPTEXi ON BETWEEN 7'� AOilRB OF APID • IF YOU HAV� QiIEST[(1�TS ABQUT TT3IS S�UT-pif7', PLEASE CA.�I.,: MR. AT (C(]NTRACTOR5 5[1PERINTEIVI)ENT) (TELEPHOPTE NUIVIB��) Oi2 MR. AT (CETY INSPEC'COR) (TET.�P�IONE I�ILF1ViBER) THI5 T1YC�1V"V�iVIENCE WLi.L B� AS S$�RT AS Q03SIBLE. 'I'kIANK YQiJ, , COiVTRACTOR � � CITY OF FORT WORTH WESTCFtEEIC CHANN&L MAINTENANCE 5TANDARD CONSTRi3CTION SPECIxICAT103�! DOCUMENTS CITY FIZ07ECT NO. 103060 Revised December 2�, 2012 r;1PROtECT5503t85067-0I\917ESIGM9-APROJEC'CMAN[7AI. SP&C[F3CATION5ilOt1Y1DIV01101 35 17 5PECL4LPAOJEC3'PROCBDURGS.DOC D l 45 23 TESTQ�fG AND INSPECTION SERVICES Page l of 2 SECTZON 0145 23 TESTING AND INSFECTION SERVTCES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspectian services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. Nane. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Con�act 2. Division 1-- Genera� Requirements 1.2 PRICE AND PAYMENT PROC�DURES A. Measprez�ent and Pay�nent Work associated with this Item is cnnsidered subsidiary ta the various Items bid. No separate payment will be allowed far this Item. a. Contractor is responsibie for performing, coordinatir�g, an.d payment of al� Quality Cqntrol testing. b. City is responsi6le for performing and payment for first set of Quality Assurance testing. 1) If the firsi Quality Assuraz�ce test performed by the Cit}r fails, the Cantracior is respansible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Finai acceptance will nat be issued by City until all required payments for testing by Contractor have been paid in iull. 1.3 REF�RENCES [NOT USED] 1.4 ADMINISTRATIVE REQU�REMENTS A. Testing 1. Complete testing in accordance with the Contract Doeuments. Caoz'dination a. When testing is required to be performed by the City, notify Gity, suf�cisntly in advance, when testing is needed. b. When testing is required to be completed by ihe Contractor, notify Gity, sufficiently in advance, thai testing will be performed. Distribution of Testing IZeports a. Electronic Distribution i) Con�rm development of Project directory far electronic submittals to be uploaded to the City's document manageinent system, or another external FTP sita appro�ed by the City. C1Ti' OF FORT W�IiTH WESTCREEK CHANNEL IVIAINTENANCE STANDARD COTtSTRUCTI03� SPECIFICATION DOCUMENTS CITY PL20JECT NO. 1030bQ Ravised March 9, 2D2D 41 4S 23 TESTING t�ND INSPECTIOAI 5ERV10E5 Page 2 ai2 2} Upload test reports to designated project directory and notify appropriate City representatives via email oisubmittal posting. 3) Hard Copies a) l capy for all submiiials submitted to the �roject Representative b. Hard Copy Distribution (if required in li�u of electranic distribution} 1) Tests perFormed by City a) Distribute I hard copy to the Contractar 2) Tests performed by the Contractor a} Distribute 3 ha�•d copies to City's Project Representative 4. Pravide Ciiy's Project Representative wifh frip tickets for each delivered load af Concrete ar Lime material including the following information: a. Name of pit k�. Date of delivery c. Material dalivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor fz'om obligation to perform worlc in accordance with the Cantract Dacutnents. 1.5 SUBNIITTALS [NOT USEDj 1.6 ACTION SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [N�T USED] 1.8 MAINTENANCE MATERIA.L SUBMITTALS [NOT USED] 1.9 QUALIT� ASSURANCE INO'I' USED] 1.10 DELIVERY, STORAGE, AND HANDLYNG �NOT i1SED] 1.11 FIELD [SITE] C�NDITIONS [NOT USED] 1.12 WARRANTY [NOT IISED� PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CTIANGE I 3/9/2020 D,V. Magana Removed reference to Buzzsaw and notad that electronic submittals be uploaded through fhe City s dociur3ent management system. 4 . CiCY Or FbR`[' WORTFI WESTCREEI� CIiANNEL MAINTENANC6 STANDARD GONSTRUCTTON SPECII'TCATION DOC[J119ENT5 CITY PR07�CT NO. 103060 Revised ivlarch 9, 2020 oisoaa-i 'IEMPORARY PACILIT�S A�[D CONTROLS Page 1 of 4 sECT�oN a� so 00 TEM�ORARY FACILITIES AND CONTROLS PA.R'I' 1- GENERAL 1.1 SUMMARY A, Section I�cludes: 1. Provide temporary faciI�ties and controls needed for the Work ittcluding, but not necessarily limited ta; a. Temporary utilities b. Sanitary facilities c. 5torage Sheds and Buildings d. Dusi control e. Temporary fencing of ti�e cor�struction site B. Deviations from this City of Fort Worth S#andard Specification 1. None. C. Related 5pecifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirernents, Contraci Forms and Ganditions of th� Cantract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT �ROC�DiTRES A. Measurement and Payment 1, Work associated w�th this Item is considered subsidiary to the various Items bid. No separate payment will be allawed for this Item. 1..3 REF�RENCES [NOT USED] A.4 ADMXN�STRATNE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies far temporary seruices. b. Abide by rules and aregula�ions af utility service companies or authorities having jutisdiction. c. Be responsible fo:r utzlity service costs until Work is approved for Final Accaptance. 1) Included are fuel, power,light, heat and other utility services necessary for execution, completian, testing and initial operation of Work. Water a. Contractor to provide water required for and in connection with Woirk to be performed and for specified tests of piping, equipment, devices or othe r use as required for the completion ofthe Work. b. Provide and maintain adequafe supply ai potable water for dornestic consumption by Contractor persoru'tel and City's Praject Representatives. c. Coordination 1) Contact City J week before water far cor�struction is desired CITY OF FORT WORT�T WESTCREEK CHANNEL MATNTENANCE STANDARD CONSTItUCTION SPECIFICATION DOCUMEN"['S GITY PROIECT NO. 1fl3060 Revised July 1, 20] 1 n� s000-a TEN[PORARY FACILITIFS ANA CONTROL5 Paga 2 af a d. Contractar Payment for Construction Water 1) Obtain construction water mater from City for payment as billed by City's established rates. 3. Electricity and Lighting a, Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power far lighting, operation of equipment, ar nther use, b. Electric par�rer service inciudes temporary power service or generator to mai nfain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone servica at Szte far use by Contractor personnel and others performing work or furnishing ser�ices at Site. 5. Temporary Heat and Ventilation a. Pro�ide temporary heat as necessary for protection ar completion of Wark. b. Provide temporary heat and ventilatian to assur� safe working conditians. B. Sanitary Facilities 1. Pravide and maintain sani#ary facilities for persons on Site. a. Comply with regulatians of State and local departme�ts of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. �nclose and anchor sanitary facilities. b. Na discharge will be allowed from these faci�ities. c. Collect and store sewage and waste so as nat to cause nuisance or health problem. d. Haul sewage and waste off-site at no iess than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clear� and maintained througi7out Project. �4. Remove facilities at completion of Project C. Storag� Sheds and Buildings 1. Provide adequately ventilated, watertight, wea#herpro�f storage facilities with floor above ground level for materials and equipment susc�ptible ta weather da.mage. 2. Stora�e of materials not susceptible to weather daznage may be on blocks off gtound. 3. Star� znaterials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrieal service for equipment space heaters and heating or ventilation as r�ecessary to pro�ide storage environments acceptable to specified manufacturers. 5. �'ill and grade site for temporary structures ta provide drainage away from temporary and e�sting buildings. b. Remove building from sit� prior to Final Acceptance. D. Teir�porary Fencing 1. Frovide and mai�tai�a for the duration or cons#ri�ction when requir�d i:n contract documenfis E. Dust Control CIT'Y OP FOI2T WORTH WESTCREEK CHANNEL MAIN t'ENANCE STANDARD CONSTRUC'i'ION SPECIFICATfONI]OCUMEIVTS CIi'Y PROdECTNO. ID306Q Aevised 7uly 1, 2D1 i O15DD0-3 TElYIPORAiiY FACI4ITIE5 AND CONTROLS Page 3 of 4 1_ Contractor is responsible for maintaining dust control through the duration af the proj ect. a. Contractor remains on-call at ali times b. Must respond in a tunely rnanner �'. Temporary Protection of Constrttctian 1. Contractor or subcontractors are responsible for proiecting Work from damage due #o weather. i.5 SUBMXTTALS [NOT LTSED] 1.6 ACTZON SUBMITTALSIINFORMATXONAL Si7BMITTALS [NOT USED] 1..7 CLQSEOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERLAL SUBMITTALS [NOT USED] 1.9 QUALITY AS�URANCE [NO'I' USED] l..l.�} DELIVERX, STORAGE, AND HANDLING [NOT USED] 1.1i FIELD [SITEJ C�NDITIONS [NOT USED] 1.1z WARRANTY [NOT USED] PART 2 - PRODUCT� [NOT US�D] PART 3 - EXECUTION �1VOT USED] 3.1 INSTALLERS �NOT USED] 3.2 EXAMINATION [N�T USED] 3.3 PR�PARATION [NOT US�D] 3.4 INSTALLATION A. Temporary Facilities l. Maintain ail temporaiy facilities for duratian of construction activities as needed. 3.5 [REPAIR] / [REST�RATX�N] 3.6 RE-IN�TALLATION 3.7 FIELD [on] STT'E QUALXTY CONTROL [NOT USED] 3.8 SYSTEM STARTIIP [NOT USED] 3.9 ADJUSTING [NOT U$ED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTiVITIES A. 'I'emporary Facilities CI"I'Y QF FORT WORTH WESTCREEK CHANNEL MAINTENANCE STANDARD CO�ISTRUCTION SPECIPICATION DOCUMENTS CITY PAOJECT 1�0. 103060 Revised July 1, 2011 O 1 50 00 - 4 TEMPdTtARY FACILITIFS AND CQNTROLS Page 4 af A 1. Remove all terrtporary facilities and restare area after completion of the Work, ta a candition equal to or better than prior to start of Work. 3.1� PROTECTXON [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.I�4 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY QF FORT WORTH STANDAAD CONSTRUGTIqN SPECIFICAT[ON DOCUMENTS Kevised 7uly 1, 2011 SLTIVIMARY OF CHANGE VVES'I'CREEK CHAI�NEL MAIIVT�.NANCE CITY PRO.l�CT NO. 10306U O 1 55 2b -1 STREET [18EPERMTT ANTaNlOT3IF�CATTON5 TOTRA�'FIC CONTROL Page 1 oF3 1 2 �ECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PAR.T 1- GFNFRA i 4 1.1 SUNIlVIAI�Y 5 6 7 8 9 10 I1 12 13 14 15 A.. �ection Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of appro�red traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specif'ication 1. None. C. Related Specification Sectiotas include, but are not necessarily limitecl to: l. Division 0— Bidding Requirements, Contract k`arms and Conditions of the Contract 2. Division 1— General Requirements 3. Sec�ion 34 71 13 --- Traffic Control 16 1.2 PRICE ANll PAYI�9ENT PROCEDURE.� 17 A. Measurement azid Payment 18 1. Work associated with this Item is cvnsidered subsidiary to the various Items bid. 19 No separate paym�nt w ill be allowed for this Item. ZO 1.3 R��;l�ti+,'NCFS 21 �►. Reference Standards 22 1. Reference standards cited in this spec�cation refer to the current reference star�dard 23 published at fihe time of the latest revis ion date logged at the end of tT�is 24 speci�'ication, unless a date is speci�cal3y cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMLITCD). 26 1..4 AIlMI1VISTRATIVE REQiJX1t�VlENTS 27 28 29 30 31 32 33 34 35 36 A. Tra.ff'ie Contral 1. General a. Cnntractor sY�all xninirnize lane closures and impact to vehicularlpedestrian traffic. b. VJhen traffic control p�ans are included in the Dtawings, provide Traffic Control in accardance with Drawings and Section 34 71 13. c. When traffio control plans are not inclUded in the Drawings, prepare tra.ffic control plans in accordance with Section 34 71 13 and submit to City for re�i�w. 1} Allow minimum 10 w orking days far :review af pi•oposed Trafiic Control. CITY OF FpRT WORTH WESTCREEK CHANNEL MAQITENANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT5 CITY PRO.I�C`1' NO. ID306d Revised March 22, 2021 O15526-2 ST[tEE`I' USE PERMIT AND IvIODiFICATTONS'�O TRAFPIC COi�ITRQL Page 2 of 3 1 2} Atraffic control "Typical" published by City of Fort Warth, the Texas 2 Manual Unif'ied Traffic Control Devices {TMIJTCD) or Texas Department 3 of Transportation {T�O'T`} can be t�sed as at� alternative to preparing 4 project/site specific traffic �ontrol plan if the typical is applicable to the 5 specific project/si�e. 6 F3. Street Use Permit 7 1. Prior to irisiaDation of Traffic Control, a City Sireet Use Permit is required. 8 a. To obtain Street Us e Permit, submit Traffic Control Plans to City 9 Transpartation and Public Worlcs Department. 10 1) Allow a minitnum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coardinate re�iew of Traf�c Cankrol 12 plans for Street Use P�rmit, such that canstruction is not delayed. 13 14 15 16 17 18 19 24 2I C. Modification to Approved Txaffic Control I. Prior ta installation traffic control: a. Submit re�ised traffic control pians to City Departznent Transportation and Public Works Department. 1) Ravise Traffic Control plans in accordance wi�h Section 34 71 13. 2) A1low zninimum 5 worleing 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 noi delayed. D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for cnnstruction, then contact 23 City Transporta�ion and Pub�ic Works Department, Signs and Markings Divisian to 24 remove the s ign. 25 E. Temporary Signage 2b 1, in the case of regulatory signs, replace permanent sign with temporary sign �eeting 2'7 req�it'ements of the latest editian of the Texas Manual on Uniform Traific Contz'ol 28 Devices (MLJTCD). 24 2. InstalI iemporary sign before the removal ofpermanent sign. 30 31 32 33 34 3. Wt�en construction is complete, to the extent that the permanent sign can be reinsta.11ed, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstal� the permanent sign. �. Traffic Control Standards 1. Traffic Control Standards can be found an the City's website. 35 1.5 SUBNIITTALS [NOT USID] 36 A. Sub�nit all required dc�cumentation to City's Project Representative. CITY OF FORT W ORTFI WESTCREEK CHANhIEL MAINTENAI�TCE 5TANDARL3 CDNSTRUCT[Ol� SPECIF'ICATION DOCUMENTS C1T'Y PROdECT NO. 1030G� xevised March 22, 2021 01 55 26 - 3 STREET USE PERMIT AND NIODIF[CATI�NS SO TRAT�'TC CO]�TROL Yage 3 nf 3 1 2 3 4 5 6 7 8 1.6 ACTION SUBNIITTALS/INFORMATTONAL S�NIITTALS [NOT USID] 1.'� CLOSEDUT SUBMiTTALS [NOT USID] 1.8 MAINTI+�VANCE MATERIAL SUBNIITTALS [NOT USID] 1.9 QUALITY ASSLTRANC� [NOT USID] 1.�0 DEGIVERY, �TORAGE, AND HANDLING [NOT USID] l.l.l FIELD �SITE] COl�IDTTIONS [NOT U�ID] l..1.2 WARRANFY [NOT USID] PART 2 - PRODUCTS [N�T LTSID] 9 PART 3- F.XECUTION [NOT USID] IO 11 DATE 3/22/2021 I2 IND OF SECTION Revision Log NAME SUMMAAY OF CHANCrE 1.4 A. Added lan�age to emphasize rninimizing af lane clos�es and impact to traffic. I.4A. i.c,Added language toallowFaruse ofpublishadtraf�ccontrol"`I'ypicals"if M flwEn appiicahle to speci�c projectlsife. 1,4 F. 1) Remor�edreference to Buzzsaw 1.5 Added Isnguage re: suhmittal of permit C1TY OF �OR7' WORTH WESTCREEK CHA�fNELMAINTENAi�ICE STAND�ItD CONSTRUGTION SPEC�'ICATTON DOCUMENTS CITY PROd�CT NO. 10306Q Reuised March 22, 2021 PAGE IS LEPT BLANK INTENTIONALLY 01 57 13 - l STORA�I WATEA POLLUTIQI�i PREVBI�fTION Page l of 3 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water k'ollution Prevention Plans B. Deviations from this City of Fort Worth Stanc�ard Specification 1. None. C. Related Speci�cataon 8ectians include, but are nat necessarily limiied to: 1. Division Q-- Bidding Requirements, Cantract Forms and Conditions of the Contracf 2. Division l— General Requirements 3. Section 3I 25 DO — Erasion and Sediment Control 1.2 PRICE AND PAYMENT �'ROCEDURES A. Measurement and Payment 1. Construction Acti�ities resulting in less thax� 1 acre af disturbance a. Work associated wiih this Item is considered su6sidiary to the various Itetns � bid. No separate payment t�ill be allowed for this Item. 2. Construction Activities z'esulting in greater than S acre of disturbance a. Measuremeni and Paytnent shall be in accordance with 5ection 31 25 Q0. L3 REFERENCES A. Abbreviations and Acronyrns 1. Notice af Intent: N4I 2. Notice of Tez�nination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commissipn an Environrnental Qualiiy: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specificatian z'efer to the current reference standard published at the time af the latest revision date logged at the end of this Specification, unless a date is specifica�ly cited. 2. Integrated 5torm Management {i�WIVi) Tech�nical Manual for Gonstruction Cantrols . 7..4 ADMYNISTRATNE REQtiIltEMENTS A. General 1. Contractor is responsible for z'esolution and pa�ment of any fines issued associated with complianae to Stormwater Pollution Prevention Plan. C1TY OF FORT WORTH W�STCRE$K GHANNEL MAIPITENANGE STANDARD CONSTKUC'L'l0%f SPECIFICATI�N DOCUMENTS CITY PROJECT NO. 1U30b0 Revised .Tuly 1, 2013 ots�i3-a STORM WATERPOLLUT[QN PREVENTTQN Page 2 of 3 B. COIIStCL1Ct1011 .ACt1V1�105 Y85U��1i1� 111: 1. Less than 1 acre of dist�rbance a. Provide erosion and sediment control in accordance with Sectian 31 25 00 and Drawings. 2, 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination Syster� (TPDES} General Canstruction Permit is required b. Complete S WPPP in accordance with TC�Q requirements l) TCEQ Srr�all Canstruction Site Notice Required under genaral permit TXR150000 a) Sign and post at job site b) Prior to Pz'econstruction Meeting, send 1 copy to City Department of Transportation and Public Works, EnvirorvnentaI Division, (817} 392- 608&. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b} The Drawings c) TXR15000Q General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Poilutant Discharge Elirnination Systein (TPDES) General Canstruction Permit is required b. Com.plete SWPPP in accardance witll TC�,Q requirements I) Pt•epare a TCEQ NOI form and subrnit ta TCEQ along with required fee a) Sign and post ai job site �) Send capy ta City Department of `I'ransportatiota and Public Works, Environmental Division, (8I7) 392-6088. 2) TCEQ Notice of Change required ii rnaking c�anges or updates to NDI 3) Provide erosion and sediment control zn accordance with: a) Section 31 25 QO b) The Drawings c} TXR15Q400 General Permit d} SWPPP e) TCEQ r�quirements 4} Once the projeet has been completed and all the closeout requiz'ements of TCEQ have been met a TC�Q Natice of Termination can ba submitted. a) Send eopy to City Department of Transportation and Public Works, Environmental Division, ($17} 392-6088. 1.5 Si]BMITTALS A. S WPPP Submit in accordance with 5eciion OI 33 �0, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft cqpy of SWPPP ta the City as follows: 1} 1 copy to the City Project Manager a) City Pt�oject Managez' will forward to the City Depar�ment of Transpartatiion and Public Works, Environmental Division for review CIT'i( OF F�RT WORTH WESTCREETG CiiA]di�IEL MAF34TENANCE STA3�IDARD CONSTRUCT10Ni SPECIFICATION DdC[7ME1�FT5 CiTY PR07ECT NO. IQ3060 12evised July i, 2011 p15713-3 STOiLM WATER POLLUTID%I PREVENTIdN Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during constructian, resubmit modified SWFPP to the City in accordance with Sectian 01 33 �0. 1.6 ACTION SUBMITTALSlINFORMATIONAL SUBMITTALS [NOT LTSED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SiTBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE jNOT USED] 1.10 DELNERY, STORAGE, AND HANDLING [NOT US�D] 111 FIELD [SITE� CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODi1CTS [NOT USED] PART 3 - E�ECUTION [NOT USEDj END OF SECTION DATE NAME Revision Log SUMMA.RY OF CHANGE CI'I'Y OP FORT WORTH WESTCREEK CHANNEL MAINTENANCG STANDARD CONSTKUCTION SPECIFICATION DOCUIvIENTS CITY PROJECT ND. 103060 Revisadluly 1, 20l i PAGE IS LEFT SLANK INTENTIONALLY D15813-1 TEMPORARY PRO]ECT SIGNAG6 Page 1 of 3 SECTION Ol 58 13 TEMPORARY �'ROIECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. 5ection Includes: 1. Temporary Projeat Signage Requirements B. Deviatians from this City of �'art Worth Staridard Specifica�ion 1. None. C. Related 5gecifcation Sections include, but are nat necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Forms and Condstions of the Cantract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measuremenk and Payment 1. Work associated with this Item is considered subsidiary to the various Iterns 6id. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.� ADMiNXSTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBM�TTALS [NOT USED] 1.6 AGTYON SUBMITTALS/INFORMATXONAL SUBMITTALS �NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED� I.8 MAYNTENANCE MATERIA.L SUSMXTTALS [NOT USED] 1.9 QUALxTY ASSURANCE [NOT USED] i.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FXELD [STTE] CONDITIONS �NOT U�ED] 1.1.2 WAItRANTY [NOT USED] PART 2 - �RODUCTS 2.1 OWNER-FURNISHED Ioa] OWNER-SUPPLIEDPRODUCTS [NOT USED� 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Pz•ovide free standing Project Designation Sign in accordance �+ith City's Standard Details for project signs. CITY OP FORT WORTfI WESTCTLEBK CHANIIEL MAINTENANCE STANDARD CONSTRUCTION SPECIF'1CATION DOCUMENTS CITY PROJECT NO. 103060 Revised 7uly {, 2011 015813-2 TEMPORARY PItOJECT SSGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of �/-inch fir plywood, grade A-C (exterior) pr better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT uSEDj PART 3 � EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General I. Pravide 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.� REPAIR 1 RESTORATION �NOT USED] 3.6 RE-XNSTALLATION [NOT USEDJ 3.7 FX�LD [oR] SITE QUALITY CONTROL [NOT USED] 3.$ SYSTEM STARTiTP [NOT U�ED] 3.9 ADJUST�NG [NOT USED] 3.�p CLEANING jNOT USED] 3.1f CLOSE4UT ACTIVI'TIES [NOT USED] 312 PRQTECTION [NOT USED] 3.I3 MAINTENANCE A. Generat 1. Maintenance will include painting and r�pairs as needed or directed by the City. 3.�4 ATTACHMENTS iNOT U�ED] END OF SECT�ON CiTY OF FORT VJdRTH WESTCREEK CHANNEL NIAINTENA�fCE STA�IDAI2D CONSTRUCTION SPECIFICATION DOCUMEi�TT5 CITX PROJECT NO_ 103p60 Ke�ised July i, 201 ] 015813-3 TEMQ�RAItY PROJECT SIGI�AGE Page 3 of 3 Revisian Log DAT� NAME C1TY OF FORT WORTH STAIVDACZC] CONSTRLiCTION SPECIFICATIpN DOCUMENTS Revised 7u1y 1, 2Dl l SUMMARY OF CIIANGE WESTCREEK CHANi�TEL MAINTEI+IANCE ClTY PROJECT Tip. 1�3P60 PAGE IS LEFT BLANK INTENTIONALLY o � �a o0 PRODUCT REQUIIZEM8IVTS Page 1 of 2 s�cT�oN o� �o 00 PRODUCT REQiTIREMENTS PART1- GENERAL i1 SUMMARY A. Sectian Includes: 1. Refez'ences for Product Requiremer�ts and City Sta�adard Products List B. Deviations from this City of Fort Worth Standard Specif cation 1. Nane. C. Related Speciflcation SectiQns include, but are nat necessarily limi#ed to: 1. Divisian 0— Bidding Requirements, Contract �'orms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 R.EFERENCES [NOT USED] 1.�4 A.DMIN��TR.AT� REQUIREMENTS A. A lisf of City approved products for use i� a�ailable tl-�ough the City's �vebsite at: https:llapps.for#wort�texas.gav(Pra,�ectResourcesl and following the directary path; 02 - Consiruction Docuznents/Standard Products List B. Only products specifically included on City's Standard Praduct List in these Contract Docu_ments shall be allawed far use on the Project. 1. Any sLtbsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific produc# requirements in the Contract Daeuments supersede similar products included on the City's Standard Product List. 1. 7'he City reserves the right to n4t allow products to be used for certair� projecis even though the product is Iisted on the City's Standard Produet List. D. Although a specific product is included on City's Standard Product List, not all products from that manufaciurer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for suhmittal requirements of Product Data included on Cit�+'s Standard �'roduct List. ]..5 SUBMITTALS [NOT USED] 1.6 ACT�ON SUBMITTALS/I�iFORMATIONAL SUB1VrITTALS [NOT USED] l.'7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANC� MATERXAL SUBMITTALS [NOT USED� 1.9 QUALITY ASSURANCE [NOT USED] C1TY OF I'ORT WORTH WESTCREEK C�IANNEL MAINTENANCE S`['ANUAIiD CONSTRUCTION SPECIFICATSON DbCiI1VI�NTS CITY PR07ECT N0. 10306D Revised March 9, 2D2U D I 60 00 PRODUCT REQUIRL�MF�[T5 Page 2 of 2 1.1Q DELIVERY, STORAGE, AND HANDLXNG [NOT U�ED] 1.11 FIELD [SITE] CONDYTIONS �NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS INOT iTSED] PART 3 - EXECUTION [NOT USED] �_�1►11I1� �f.`�i��S1#I Revision Log DAT'� NAME 10/12/12 D.7ohnson 3/9/2020 D.V. Magana SUNIMARY OF CHANG� Modified Location of City's Standard Product List Removed referenee to Buzzsaw and n�ted that the City approved products ]ist is accessibla thro�gh the City's website. CITY OF FORT WORTH WESTCREEK CIIANNEL MAINTENAIVCE SiANDARD CONSTRUCTIQN SPEC3FICATIpN DOCi1ME]VT5 G1TY PROJECT Ni}. lQ3060 Revised March 9, 2020 oi�ao-i PRQI}TJCT S"FORAGE ATID I3ANT)LING REQUIREMENTS Page 1 of4 SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMEN`I'S PART l. - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of praduets against damage fram: a. Handling b. Exposure ta elemen.ts oz' harsh environments B. Deviations from this City af Fort Worth Standard �pecification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Divisior� 0— Bidding Requirements, Contract Forms and Conditians ofthe Contract 2. Division 1— Generai Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measuremen# and Payment 1. Work associated with tlus Item is considered subsidiary to the various Items bid. No separate payment wi�l be allowed for this Item. 1.3 RE�ERENCES [NOT USED] 1.4 ADM�NISTRATIVE REQUIREMENTS [NOT USED] 1,5 SUBNIITTALS [NOT USED] L6 ACTX�N SUBMITTALSIINFORMATIONA.L STJEM�TTALS [NOT USED� ].7 C�,OSEOYJT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SIIBIVIITTALS �NQT U�ED] ]..Q QUALITY ASSURANCE [NOT USEDj �.10 DELIVERY AND HANDLING A. Delivery Requiremet�ts 1. Schedule delivery of produets or equipment as required to allow timely installation and to avoid prolonged storage. 2. Pro�ide appz'opriate persannel and equipment to receive deli�eries. 3. Deli�ary trucks will not be permitted to wait extended periods of iime on the Site for personnel or equipr�ent to receive the delivery. C1TY OF FOIt'I' WORTH WESTCREEK CI�ANNEI.. M�.IIVTENAI�CE STANDARD CONSTRUCTIOi�1 SPECIFICATION DOCiJIvIENTS CITY PR07ECT NO. [03060 Revised 7uly l, 2Q11 0166U0-2 PRODUCT STORAGS ANU HANDLING REQUIREIv[ENTS Page 2 of4 4. Deliver products or equipment in manufacturer's originaI unbroken carton� or other containers designed and constructed to protec# the contents fro�n physical or environmen�al damage. S. Clearly and fully mark and identify as ko manufaeturer, item and installation location. 6. Provicie manufacturer's instructions for storage and handling. B. Handling Rec�uirements 1. Handje products or equipment in ac�ordance with these Contract Documents and tz�anufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accocdance �vith manufactuz'er's recommendations and requirements of these Specificatlotas. 2. Make necessary provisions for safe storage of rnaterials and equipment. a. Place loase soil materials and materials ta he incarporated into Work to prevent damage to any part of Work or e�sting facilities and to maintain free acc�ss at aII times to all parts of Work and to utility servic�e company installations in vi�inity af Woz'k. 3. Keep materials and aquipment neatly ana compactly stored in locations tk�at will cause minimum inconvenience to other eontractors, public travel, adjoining owners, te�ants and accupants. a. Arrange storage to provide easy access %r inspeeYion. 4. Restrict storage to areas available on canstructian site for starage of material and equipment as shown on Drawings, or apprnved by City's Proj ect Representative. 5. 1'rovide off-site storage and protectian wt�en or�-si#e storage is not adequate. a, Provide addresses of and access to off-site storage locations for inspection by City's Project Representativa. 6. Do not use lawns, grass plots or ather private property for storage purposes without written permission of owner or other �erson in possession or control of premises. 7. Siore in manufacturers' unapened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience a.nd damage to property owners and general public and maintain at least 3 feet froin fire hydrant. 9. Keep public and private driveways and sfreet crossings open. 10. Repair or reptace damaged lawns, sidewalks, streets or other impravements to satisfacYion af City's Project Representaiive. a. T'otal length which materials rnay be distributed along roufe af construction at one time is 1,000 linear %et, unless otherwise appra�ved in writing by City's Project Representative. CITY OF FORT 4VORTFI 1�ESTCREEK CHAN[wTEL MAINTENANCE STANDARD CONSTItUCTION SPEC[FICATION �OCUFviE1�FTS CITY PR07ECT NO. 103060 Revised 7uly l, 2011 Ok66U0-3 PRODUCT STORAGE AND HANDLING REQl1IREdvIENT5 Page 3 af 4 1.11 �'IELD [STT'E] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - pRODi]�CTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT i7SED] 3.� EXAMINATIQN [NOT iTSED] 3.3 PRE�'ARATION [NOT i]SED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT i1SED] 3.6 RE-XNSTALLATION �1�TOT USED] 3.7 FI�LD [ox] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect aII products or equipment delivered to the site prior �o unl�ading. B. Non-Gonforming Wark 1. Reject a11 products or equipment that are damaged, used or in any other way unsatisfacto:ry for use on the project. 3.8 SY�TEM STARTUP [NOT USED] 3.9 ADNSTING [NOT USED� 310 CLEANING [NOT USED] 3.1I CLOSEOIIT ACT�T�ES [NOT iT�ED] 3.12 PROTECTION A. Protect aI] products or equipment in accordance with rnan.ufacturer's vvritten directions. B. Store products ar equipment in location to avoid physical damage to items v,+hile in storage. C. Pratect squipment from exposure to elemants and keep tharoughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS jNOT USED] END OF SECTI�N Cl1`Y OF FOR'1" WQRTH W ESTGREEK CHANNEL MAIIV'T�NANCE STANI7ARD CONSTRUCTIOI+I SPECI�'ICAT�ON DOCUMENTS C1TY PR07�CT Np. 1030b0 Revised July ], 2411 D16b04-4 PRODiJCT STORAG� AND HANDLQFG REQUIItEMLlNTS Page 4 nf 4 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH WESTCF�EEIC CHANNEL MA1N'1'ENANCE 5T?.NbARi) CONSTI2YJCTlO[�T SPECIFICATION DOCL3MENT5 CITY PiL03ECT NO. 1030b4 Revised .Tuly l, 2011 oi �a oa - i [vipBILIZATION AND REMOBILiZA"fIQN Page 1 of4 1 SECTION O1 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1- GENE�tAL 4 1.1 SUMMARY 5 A. 5ection Includes: b 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation oi Contractor's personnel, equiprr►ent, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Pxemiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, atid operating supplies i4 to another locatian within the designated Site 15 5} Relocation of necessary general facilities for th� Contractor's operation 16 fram 1�ocation to another loca�ion on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 au�ay from the 5i�� includin.� disassembly 20 2) Site Clean-up 21 3) Remaval of alI buildings andlor other facilities assembled at the Site far t�ss 22 Contract 23 c. Mabilization and Demobilization do not include activities foz' specific ifems of 24 work that are for which payment is provided elsewhere in the contract. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A�5 Retzaobilization a. Remobilizatian for Suspension of Work specifically required in the Cantract Documents ar as required by City includes: 1} Demobilization a) Tr�nsportation of Contractar's personnel, equipment, and ogerating z. 2) 3} supplies from the Site including disassembly or temporarily securing equipment, supplies, ar�d other facilities as designated by the Contract Docunnents necessary to susper�d the Work. b) Site Clean-up as designated in the Contract Documents Rernobilizatio� a) Transportation of Contractor's persannel, equipment, and operating supplies ta the Site necessary to resume tl�e Work. b) Establishment of necessary generaI facilities for th� Contractor's operation at the Site necessary to resume the Work. No Payments will be made for: a} Mohilization and Demobilization from one locatian to another on the Site in the normal progress of performing the Work. b) Stand-by Qr idle time c) Lost profits Mobilizations and Demabilization for Miscellaneaus �rojects a. Mobili�ation and Demabilization 3. CITY OF FDRT WORTH WESTCREEK CHANNEL MAINTENANCE STANDARD CONS'I'ItUCTION SPECIFICA'i101v DOCUMENTS CITY PROJECT NO. 1036b0 Revised November 22, 2016 F:1PR0]'ECTS10318i967-DI\9➢ESlGN19-APROlEGTMANUAL SP6CIFICATiON551D0°�IPIVa15a17400MOBIL[ZATTONANDItEMOBILIZATIONDOC 01 70 D0 - 2 MOBiL�ZATION AND REMOBILiZATION Page 2 of4 1 2 3 4 5 6 7 8 9 la 11 12 13 14 15 16 4. 17 18 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contracto:r's personnel, equipment, and operating supplies to tha Site for the issued Work Order. b) �stablishment ai necessary general facilities for the Contractor's operation at the Site far the issued Work Order 2) Dernobil�zation shall consist ofthe activities and cost necessary %r: a) Transportation of Contracfor's �ersonnel, equipment, and operating supplies from the Site including disassembly for each zssued Wark Order b} Site Clean-up for each issued Work Order c) Removal of all huiSdings or other faciIities asse:mbled at the 5ite for each Work Oder b. Mobilization and Demobilization do nat include activities for specific items of work for which payment is provided elsewhere in the contract. Emergency Mobilizations and D�mobil'zzatian fpr Mzscellaneous Project5 a. A Mabilization far Miscellaneot�s �rajects when direated by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specificatian 20 1. Initial Mobilization and final Demobilization is considered Subsidiary. 21 2. DemobiIization due to flooding conditions and remobilizatinn is per bid item. Per fload 22 event. 23 C. Related Specification Sections include, but are not nec�ssarily iimited ta: 24 1. Division 0— Bidding Requiremenfis, Cor�tr�ct Fonnas and Conditions of ihe Contract 2S 2. Division 1— General Requiremenis 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 �� 45 46 A. Measurement and �'ayt►aent 1. Mobilization and Demobilization a. Measur� 1) This Item is considered subsidiary to the various Ttems bid. b. Payment 1) The work performed and materials furnished in accordance with this �tem are subsidiary to the various Items bid ar�d no other comp�nsation will be allawed. 2. Rernobilization for suspension of Work as specificajIy required in the Cantract Dacuments a. Measurement 1} Measurement for this Ttem shall be par each remobilizatian performed. b. Pay�nent 1} The wark perfarmed and materials furnished in ac�ordance with fhis Item and rneasured as provided under "Measurement" will be paid for at the unit price per each "Specified Remabilization" in accordance with Contract Dncuments. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.I) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH WESTCREEK CHAi�fNEL MAINTENANCE STANDARD CO]+fSTI�UCTTON SPECIPICATIDN DpCU�vLENTS CITY PR07ECT AIO, 103060 Re�ised Navember 22, 2016 F:1PR07ECT5103181Q67-0114 �ESIGM9-d PR4JECf MANUAL SPF,CIF[CATIpNS1lOp%1DIV O110t 7p UO MOBILTZATLOT' AiJn RBMOB[LiZATIDN.DOC fl17000-3 [vIOBIl,IZATION AND REMOBILIZATION Page 3 of� 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2Q 21 22 23 24 25 26 27 28 24 30 31 32 33 34 35 36 37 38 d. No payments wi11 be made far standby, idle time, or lost profits associated this Item. 3. Remobilization �or suspension of Work as requ�'ed by City a. Measuzement and Payment 1) This shal] be submitted as a Cantract Claim in accoxdance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mabilixations and Demabilizations for Miscellaneous Projects a. Measurement 1} Measurement for this �tem shall be for each Mobilization and Demobilization required by the Contract Documenfs b. Payment 1) The Work per%rmed and materials furnished in accordance with this Item and measured as provided under "Measureznent" will be paid far at the unit price per each "Wnrk 4rder MobilizaYion'° in accordance with Cor�tract Dacuments. Dernobilization s�all be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1} MobiIization as described in Section 1.1.A3.a.1) 2} DemabiIization as described in Section 1.1.A.3.a.2} d. No payments will be made for standhy, idle time, or lost profits assoclated this Item. 5. Emergency Mobilizations and Demabiiizations far Miscellaneaus Projects a. Measurerrient 1� Measurement for this Item shail be for each Mobilizatran and Demobilization required by the Contraet Documents b. Payment 1) The Work perfonned and rnaterials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Doc�ments. Derriobilization shall be considered subsidiary to rnobilization and shall not be paid for separately. c. The price sha11 include l) Mobilization as describ�d in Section 1.1.A.4.a) 2) DemohiIization as describad in Sectian 1.1.A3.a.2} d. No payments wi11 be mad� for standby, idie time, or fast profits associated this Item. 39 1.3 REFERENCES [NOT USED� 40 1.4 ADNIINISTRATIVE R�QUTREMENTS �TOT USEDJ 41 1.5 SUBMITTALS [N�T IISED] 42 1.6 INFORMATI�NAL SUBMYTTALS [NOT USED] 43 1.7 CLOSEOiTT SUEMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERTAL SUBIVIITTALS [NOT USED] 45 �..9 QUAL�TY ASSURANCE [NOT USED] CITY OF FORT WORTH WESTCREEK CHAIVI�IEL MAINTENANCS STANi]AFtB CONSTRUCTION SP�CIF1CATfON DQCUMENTS CITY PR0IECT HO. 103D60 Revised 1+Fovember 22, 2016 F:1PR03ECT510338V057-D119 DESIGNI9-0 PRflfECT MANLTAL SPEC[FiCAT10N51E0D°/1[))IV OI401 TO UO'MDB1L[ZATION ANb REMDBIL[ZA770N.DOC 017D00-4 [vIOBILIZATION AND REMOBILI2AT'TO�f Page 4 of4 1 1.10 DELIV�+ RY, �TORAGE, AND �TANDLiNG [NOT USED] 2 l..l.l. �'iELD [�ITE] CONDITIONS [NOT USED] 3 ]..12 WARRANI'Y [NOT USED] 4 PART 2- PRODUCT� [NOT T1SED� 5 PART 3- EXECUTION jNOT USED] 6 7 8 END OF SECTION , Aevision Log IDATE NAME SLTMMAR'Y OF GHANGE 111221 � 6 Michael Owen 1.2 Price and Payment Pranedures - Revised specificaYion, including blue text, to make speci�cation tIexible for either subsidiary or paid bid item for Mobilization. CITY OE FORT WORTH 4WE5TCREEK CHANNEL MtUNTENANCE STANDARD CONSTRUCTION SPEC�'ICATION DOCUN3ENT$ CiTY PR07ECT NO. ] 03D6D Revised Novamber 22, 2015 F;SPRbIECTS�D3t810 6 7-0 114 DESIGNI9-M1 PROIECT MANUeiL SPECIFICATLONS�I OU`�tDN 0110 L 7� 06 MOHIL.LZATIOIV ANO REMOBILIZATiON.�OC oinz3-i CONS1'RUCTiON STAKING A3�fD SURVEY Page 1 of8 SECTION Ol 71 23 CONSTRLJCTION STAKING AND SURVEY PART 1 - GENERAL 11 SU11'IlVIARY A. 5ection Includes: 1. Requirements fnr construction staking and construction survey B. Deviatio�s frorn this City of Fart Worth Standard S�ecification I. The Contractnr sha�l provide a post construction survey ineludin� contours for the creek bed and access areas. C. Related Speciiication Sections include, but are not necessarily limited tQ: i. Divisian 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di'visian l— General Requirements 1.2 PR�CE AND PAYMENT PR�CEDURES A. Measurement and Payment Construction �taking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Paynneni 1} Tha work performed and the materials furnished in accardance with this Xtem shali be paid for at the lumQ su�n griee bid for "Construction Staking". 2} 1'ayment for "Construction Staking" s�all be made in partial payments prorated by work completed �ompared to totai work included in the lump sum itern. c. The price bid sha11 include, but not be limited to the %Ilowing: 1) Verification of control data provided by City. 2) Plac�ment, maintenance azad replacement af required stakes and rnarkings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Constructian Survey a. Measurezment 1) This Item is cansidered subsidiary to the �atiaus Ttems bid. b. Payment 1) The vvork performed and the materials furnished in accordance with this Item are suhsidiary to the various Items bid and no other co�npensation will be allowed. As-Built Survey a. Measurement 1} Measiu-ement for this Item shall be by lump sum. b, Payrnent 1) The wnrl� performed and the materials iurnished in accardance withthis Item shall be paid for at the lump sum price 6id for "As-Built Survey". CITY dF FORT WOCZTH WESTCREEK CHANNEL MAIN'I'&NANCE STANDARD CONSTRUCTTON SPECIP1CAiTON DQCUMEiVTS CITY PROJEC"C NO. ] 0306a Revised Febr�ary 14, 2018 F:Sprojec1s163 1 810 6 7-0 119llesignl9-4 Prajeet Manual_SpeciFicafionsllDD°hSGIV 0150! 71 23 Canstruc[ian Staking andSurvey.dosm fl17123-2 CONSTRi7CTION STAKING AND SLFRVEY Fage 2 of 8 2} Payment %r "Co:nstruction S#aking" shall be made in partial payments prorated by work eampleted compared to total work inclUded in the lur►�p surn item. c. The price bid shall include, but not be limited to the follovving:: 1) Field measurements and survey shots to identify location ofcompleted facilities. 2) Documentation and submittal of as-built survey data onto contractar redline plans and digital survey files. 1.3 REFERENCES A. De�nitions 1. Canstruction S�vev - The survey measurements rnade prior to ar while construction is in progress to cantrol eievation, horizontal position, dimensions and configura�ion of structureslimprove�►ents inclu�led in the Project Drawi�gs. 2. As-bailt Survev Tha zt�easurements rnade after the construction of the impravez�aent featur�s are complete to provide position coordinate� for the features af a project. 3. Construction Siakin� — The placement of stakes and markings to provide affsets and elevations to cut and fiI1 in order to locate on the ground the d�signed structuresiimprovements included in ihe Projact Dz'awzngs. Construction staking shalI include staking easements and/az' right of way if indicated on the plans. A. Survev "Fie1d Checks" — Measuretr�ants rnade after construetion staking is completed and befor� construction work begins to ens�re tY�at structures marked on the ground are accurately located per 1'roject Drawings. B. Technical References 1. City of Fort Worth — Construction 5taking Standards (available on City's Buzzsaw website) — pl 71 23.16.01_ Attachment A 5urvey Staking Standards 2. City of �ort Worth - Standard Survey Data Collector Library {fxl} files (available on City's Buzzsaw website). 3. 7'exas Department of Transportation (TxDOT) Survey Manual, iatest revision 4. Texas Society of ProfessianaI Land Surveyors (TSPS), Manual of 1'ractice forLand Surveying in the 5tate of Texas, Category 5 ]..4 ADMiNISTRATNE REQUIREMENTS A.The Contracfor's selecYrou of a surveyor must comgly with �'exas Govsrnment Code 2254 (qua '�f'icaiions based se[ection) for Ehis project. I.5 SUBMTTTALS A. Submittals, if required, shall be in accordance with Section O 1 33 00. B. All submitEals shall be received and reviewed by tl�e City prior to delivery ofwork. 1.6 ACTZON SUBMITTALSIINFORMATIONAL �UBMITTALS A. Fie1d Quality Control Subtnittals CiTY OF F012T WORTI3 WESTCREEK ClIANNEL MAINTENANCE STI�IVDARD CdNSTRUCTION 5PECIFICATION DOCUMENTS C1T�' PROJ�CT NO. 1a3060 Ite�ised February i4, 2018 F:lprojects103 LB10b7-0319I7esiapl9-4 Prajecl Manual_Sp¢ciEeations11U0%1DNd1101 7l 23 Conslmction Staking and Swvry docx O17123-3 CQNSTRLTCTION S'�AKI1�G AND SURV�Y Page 3 of 8 1. Documentatian verifying accuracy of field enginee:ring work, including coordinate conversions if plan5 do not indicate grid or grnund c�oordinates. 2. Submit "Cut-Sheets" conforming to the standard template provided by the City (refer to 41 7 i 23.1bA 1— Attachment A—�urvey Stak.ing 5tandards}. 1.7 CLOSE4UT SUBMITTALS B, As-built RedSine Drawing Submitta3 1. Submit As-Built Survey Redline Drawings documenting the locations/elevationsnf constt�ucted impravements sig�ed arad sealed by Registered Professional Land Surveyor (RPLS) res�onsible for the work {refer to O 1 71 23.16.01 — AttachmentA -- SL�rvey Staking Standards) . 2. Contractor shalI submit the proposed as-built and complefed redline drawing subrnittal one (1) week prior to scheduling the project frrzal inspection for City revie�v and com�ent. Revisions, if necessary, shall be made to the as-built redline drawings and resubmi#ted to the City prior ta scheduling the construction fnal insp�ction. 1.8 MAINTENANCE MATER�AL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiTRANCE A. Constructi�n Staking i. Construetion staking will t�e performed by the Contractor. �. Coordination a. Contact City's Pz'oject Represe�tative at least one week in advance notifying the City of when Constructian Staking is scheduled. b. It is th� Contractar's responsibility to coordinate staking such that construction activities are not delayed or neg;a#ively impacted. 3. General a. Contractor is responsib�e for preserving and maintaining stakes. If City surveyors are required to re-stal�e for any reason, the Contractor will be responsible for costs to per%rm staking. If in the opinion ofthe City, a sufficient number of sialces or nr�arkings have been lost, destroyed disfurbed or omitted that the contracted Work cannot take place then the Cantractor will be required to stal�e or re-stake the deficient areas. B. Construetion Survey 1. Construction Surr�ey will be per�ormed by the Contractor. 2. Coordiriaiion a. Contrac#or to verify that horizantal and vertical controI data establrshed in tlZe desi�n survey and reyuired for construction survey is available and in place. 3. General a. Cvnstruction survey will be performed in ord�r ta canstruct the workshown nn the Constructian Drawings and specifiad in the CQntract Doeuments. b. �'or construction rrte#hods other than open cut, the Contractor shall per%rtn construction survey and verify control data including, but not limited to, the following: 1) Veri�cation that esiablished henchmarks and control are aecurate. CITY OF FORT W�RTH WESTCKEEK CFIANNEL 3vIAINTENANCE STANDARD CON3Tl�UCTIOI+T SPECIP'ICATION DOCUMENTS CTTY PAOJECT NO. ] 03060 Revised I'ebruary 14, 2018 F:lproject51�3 1 810 67-0 119 Designl9-4 Arojecl Manval_Syecifications\I0�°/a1DIV 01161 7l 23 CQnslntclion Steking end Survey.docx a��iz3-n CON3�'RUCTTdN 5TAI£ING AND SiJRVEY Page 4 of 8 2) LTse of Benchmarks to fiarnish and maintain all re%rence lines and grades for tunneiing. 3} Use of line and grades to esta6lish the location of the pipe. 4) Submit to the City copies oi f eld notes used ta es#ablish alI lines arid grades, if requested, and allow the City to check guidance system setuppriar to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Cantz'actor remains fuIly responsible for the accuracy af the work and cortection of it, as required. 7) Monitor line and grade continuously during construction. 8} Record deviation with respect to design line and grade once at each piQe �oint and submit daily r�cords to the City. 9) If the installation does not meet the specified tolerances (as outiined in 5ections 33 OS 23 andlor 33 OS 24), imrnediately notify the City and correct the installatian in accordance with the ContraCt Documents. C. As-BuiIt Survey S. Required As-Built Survey will be performed by the Contractor. Coordination a. Contractor is to coordinate with City to confirm whleh features require as- built surveying. b. It is the Contractor's responsibility ta coordinate the as-built survey and required measurements for items that are to be buri�d such that construction activiiies ase not delayed or negatively impacted. c. �'or sewer mai.ns and water mains 12" and under in diameter, it is acceptable to physically measure deQth and mark the location duz'ing the progress o� construction and take as-buili survey a$er tYae facilify has been buried. The Contractor is responsible for the qua�ity contral needed to ensure accuracy. General a. The Contractor sha�ll pravide as-built survey including the elevation and location (and pro�ide written docqmentation to the City) of cQnstruction feaiures during tl�e progress of the construction including the follawin�: 1) Water Lines a) To� of pipe elevations and coordinates for waterlines at the following locations: {I) Minimum every 250 linear f��t, including (2) Horizantal and vertical points af inflection, carvature, etc. (3) Fire line tee (4) Plugs, stub-oufis, dead-end lines (S) Casing pipe {each end) and alI buried fittings 2) Sanitary Sewer a} Top of pipe elevatians and coordinates for farce rnains and siphon sanitary sewer lines (nan-gravity facilities) at the foIlowinglocations: {J } Minimum every 2501inear feet and any buried fittings (2) Horizontal and vertica] points of inflection, curvatuz'e, etc. 3} Stormwater —Not Applicable CITY OF k'ORT WORTH W�STCTZEEK CHANNEL MAINTENANCE STANDARD CONSTRUCTION 3PECIFICATTON DOCUMENT5 CITY PRO]�CT NO. 103Q6D Reviaed Fe6ruary I4, 2D18 F:4projec1s1031810fi7-0L19Ilesignl4-4 Praject Manuel_Specifications1100%1�1V OlStll 71 23 Carahuctian Staking and Survey.doex 017123-5 CONS"i'12[JCTION STAK.ING AND SURVEY Pxge 5 of 8 The Contractor shall provide as-6uiit survey including the elevation and location (and provide written documentaiion to ihe C�ty) of construction features after the construcfion is �oz�pleted including the following: 1) Manhole� a) Ritn and �lawline elevations and coordinates for each rnanhole 2) Water �ines a) Cathodic protection test stations b) Sampling stations c) Meter baxas/vaults (All sizes) d) Fire hydrants e) Vaives (gate, butterfly, etc.) f) Air Release valves (Mat�.hole rirn and vent pipe) � Blow off valves (Manhole rim and valve iid) h) Pressure plane valves i) Underground Vaults (1} Rizn. and flowline elevations and coordinates %r eacI� Underground Vault. 3} 5anitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junciion St:ructures (1} Rim and flawline elevations and coordinates far each manho�e and jtinction structure. 4} Stormwater — Not AppZicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FiELD [SITE] CONDITIONS [NOT US�D] 1.12 WARR.ANTY PARTz-PRODUCTS A. A constructian survey will pradtice, but will not be limited to: 1. Recovery of relevant contr�l points, paints of curvature and pai�ts ofintersection. 2, Establish temporary horizontal and vertical eontrol elavations (benchmarks} sufficiently perrnanent and Located in a manner to be used throughaut constructian. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, �oors, grade beams, parking areas, utilities, streets, highways, tunnels, and othet construction. b. A record ofre�isions or carreetions nQted in an orderly manner forreference. c. A drawing, when required by the client, indicating the horizontal and vertical loc�tion of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and 5urvey Superintendent for all construction staking projects. These clit sheets shall be on the standard city template which can be obtained irom th.e Survey Superintendent ($ I7-392-7925). S. Digital survey �les in �he following formats shall be acceptahle: a. AutoCAD (.dwg) b. ESRI Shap�file {.shp) CITY OF FORI' WQRTH WESTCR�EI� CHAIVI�IEL MAINT�I+�ANCE STEiNDARD CONSTRiJCT1QN SPECTPICATION llQCUMENTS CITY PROdECT NO. 10306U Revised February I4, 2fl18 U17123-6 CO�fSTRUCTION STAKING A�TD SURVEY Yage fi nf B c. CSV file (.cs�), formattec� with X and Y conrdinates in separate coEumns (��se standard templates, ifavailaUle) 6. Survey files shall inelude �ertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUT�ON 3.] IN�TA.LLERS A.Tolerances: 1. The staked focation of any improvement or facility should be as accurate as practical and necessar}r. The cfegree of precision required is dependenf an rziany factors alI of which nnust remain judgmenta.I. The tolerances listed her�af�er are based onr genez'aiities and, under certain ciraumstances, shall yield to specific rec�uirements. Tbe surveyar sha11 assess any situation by review of the overall plans and through consultation with respansible parties as to the need �or specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not e�ceed �.1 ft. verticai tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .O.lfttolerance. c. Paving or �oncrete far streets, curbs, gutters, parking areas, drives, alleys and walkways si�ail be lacated within the confines of the site boundaries and, occasionally, along a boundary ar any other restrictive 1ine. Away from any restrictive line, these facilities should be stalced with an accuracy producingno more than 0,05ft. tolerance from their specified locations. d. Undergraund and overhead utilit�es, such as sewers, gas, water, telephone and electz'ic lines, shall be locateci horizontally within their prescribed areas or easetnents. Within assigned areas, these utiIities should be staked with an accuracy producing no more than 4. I$ tolerance frqm a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground u�ilities require only a rninimum cover and a toIerance af0.1 ft. should be rnaintained. Underground and overhead utilities on planned pro�'ile, bu� not ciepending on gra�ity flow far performance, should not exceed 0.1 ft. tolerance. B.Surveying instruments shall b� lcept in c�ose adjustment according tamanufacturer's specifications or in coritpliance ta standards. The City reserves the righi to request a ealibration report at any time and recommends regular maintenance schedule be performed by a certified techtaician every 5 months. l. Field rr►easurements of angles and distances shail be done in such fashion as ta satisfy the closures ax�d tolerances expressed in Part 3.1.A. 2. Vertical locations shall be estaF�lished from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3, ConstrucYian survey field wark shall correspond to the client's plans, Irreguiarities or conflicts found shall be reported promptly to the City. �. Revisions, conrections and other pertinent data shall he logged for future reference. Ci'1'Y OF FORT WOATii W�STCKESIC CFiANNEL MAi�ITENANC$ STAAlUAR� CdNST12[TCTION SPEClFlCAT10N �OCi1NIEN['S CITY PR07ECT NO. 103060 Revised February 14, 2018 017123-7 CONSTRUCTION 3TAKING AND SURVEY Page 7 of 8 3.2 EXA.MIlYATION [NOT USED] 3.3 PREPARATION [NOT USEDJ 3.�4 APPLXCATXON 3.5 REPAIR 1 RC�TORATION A.If the Contractor's work darnages or des#roys one or more of the cnntrol monumentslpoints s�t by the City, the monuments shall be adequafely referenced for expedient restaration. 1. Notify City if any control data needs to be restored or replaced due to damage callsed during construction operations. a. Contractar shall perfortn replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any manument or benchmarks that are set be v�rified by the City surveyors before further associated work can move forwaz'd. 3.b RE-TNSTALLATION [NOT LTSED] 3.7 FIELD [ox� SITE QUALITY CONTROL A.It is the Contractor's responsibility ta rtzaintain aII stakes and control data plaaed bythe City in accordance with this �pecif cation. This includes easements a�d x'ight of way, if noted on the plans. B.Do nat change or re3ocate stakes or controI data without approvaI fxozn the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City res�rves the right to perform a Survey Check at any timedeemed necessary. 2. Checks by City p�rsannel or 3rd party contracied surv�yor az'e not intended #a relieve the contractor of his/I�er responsibility for accuracy. 3.9 AD,TUSTING [NOT USED] 314 CLEANING [N�T USEDJ 3.11 CLOSEOUT ACT1V1'i'�G+ S[NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE �NOT USED] 314 ATTACHMENTS [1�OT USED] END OF SECTION Revision Log CITY OF FORT WQRTH W�STCREEK CHA1dNEL MAINTENAI�iCE STANDARD CO3+�5TAUCTION SPECIF'ICAT[Ol+l DOCUMENTS CITY PRdJBCT N20. 103p60 Revised Febraary 14, 201$ Of 7123-8 CONST`RUCTTON STAKING AND SURVEY Page S of 8 DATS NAh�IEE 8131/2D12 D.Jahnson Si.TMMARY OF CIiANG� Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Dwen dafinitions and references under 1.3; modified 1.6; added 1.7 closeout sub�nittaf requirements; modified I.9 Quality Assurance; added PART 2— PRODUCTS ; Added 3.1 Installers; added 3.5 RepairlRestoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and pxyment sectians for Construction Staking and As-Built Survey; added reference to seleatian compfiance with TGC 21141201.8 M Owen 225�}; revised actian and Closeout su�mittal requiran�ents; added accept�ble depth measutemeat criCaria; revised list of iiems requiring as-builr survey "during" and I"after" construciion; and revised acceptable digital survey file format CITY OF FQRT WaRT�T WESTCREEK C�IAiYN�L MAINTENANCE STANDARD CDNSTRUCTIpAi SPECIFICATION DOC[TNEENTS CITY PRp]ECT NO. I03060 Revised h'e6ruary 14, 2018 01 74 23 - � CLSANINC� Page 1 af 4 SECT�4N 017� 23 CLEANING PART1- GENERAL 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. Nane. C. Related Specification Sections inc�uda, but are not necessaxily limited to: 1. Division 0-- Bidding Requirements, Contract Forms and Conditians of the Contract 2. Division 1-- General Requirements 3, Section 32 92 13 —Hydro-Mulching, �eeding and 5odding L2 PRICE AND PAYMENT PROCEDUR.ES A. Measurement and Payment 1. Work ass�nciated with this Item is considered subsidiary to the vaxious Items bid. No separate payment will be allowed for this Ite�n. 1.3 REFER�NCES [NOT USED] 1.4 ADMINZSTRATIVE REQUIREMENT5 A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants distuxbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon compietian of Wark and immediately pz'io:r to final inspection. 1.5 SUBMITTALS [NOT USED] i.6 ACTION S-C7BMITTAL5/INFORMATI�NAL SUBMYTTALS [NOT U�ED] 1.7 CLO�EOC]�T SUBMITTALS [NOT USED� 1.$ MAINTENANCE MATERIA.L SUBM�'I'TALS jNOT USED} 1.9 QUALITY ASSURANCE [NOT USED] I.IU STORAGE, AND H1�NDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. C1TX OF FRAT WOATH WESTCREEK CHANNEL MAINTEIJANCE STANDARD COl�ESTRUCTION SPECIPICATION DOCUMENTS CITY PROIECT NO. l p3064 Revised 7uly 1, 2�11 o�7a2�-2 CLEA�+TING 1'age 2 of4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WA1tRANTY [NOT USED] PART2- PRODUCTS 2.1 �WNER-FURNISHED [a�] OWNER-SUPPLZEDPRODUCTS [NOT USED] �.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2, New and Llncaritarninated 3. For ma�uiactuxed suz'faces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2,4 SOURCE QUALITY C�NTROL [NOT USED] PART 3 - EX�CUTION 3.1 INSTALLERS [N�T USED] 3.2 E�AMINATION [NOT USED] 3,3 PREPARATION �N�T i1SED] 3.4 APPLICATION [NOT US�D] 3.5 REPAIR / RE�TORATIDN [NOT USED] 3.6 RE-IN STALLATION [NOT USED] 3.7 F�IELD (oxJ S�'TE QiTALTTY C�NTROL �NOT USED] 3.$ SYSTEM START�[IP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CL�ANING A. General 1. Prevent accumulaiion of wasies that create hazardous conditions. 2. Condact cleaning and disposal aperations to comply with laws and safety arders of go�+erning 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 degradahle debr[s at an approved solid waste disposal site. 5. Dispose of nandegradable debris at an approved solid waste disposai site or in an alternate mat�ner appro�ed by City and reguiatory a�encies. CTTY OF PORT'I�UORTfI WE5'I'CTZEEK CHANNEI, MAI1+iTENANCE S'�A1+FDARD CONSTRUCTION SFECIFiCATIQN DQCUMENTS CITY PI2076CT ATO. 103060 Revised July f, 2011 D� 7423-3 CLEANiNG Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and palish all Work and equiptnent associated with this project. 8. Remove aII signs of temporary construction and activities incidental to consir�ction of req�ired permanent Work. 9. If project is noi cleaned to the satisfaction of the Cit�y, the City reserves the right to have the cleaning cat�pleted at the expense of the Contraator. 10. Do not burn on-site. B. Intermediate Cleaning during Constructian 1. Keep Work areas clean so as not to hinder health, safe#y ar convenience of personnej in existing facility operations. 2. At rnaxiz�num weekly intervals, dispose af waste materiats, debris and rubhish. 3. Con�ne construction debris daily in strategically located container(s}: a. Cover to prevent blowing by wind b. Store de6ris away from construction or operational acti�ities c. Haul from site at a m�nimuzn of once per week 4. Vacuum ciean interior areas when ready to recei�e finish pair�ting. a. Continue vactlum eleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm evenis, thorou�hly clean site of al1 loose or unsecured iterr�s, which may become airboz'na ar transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove gease, nrzastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaees. 2. Wipe all lighting fi�ure reflectors, Ienses, lamps and trims clean. 3. Wash and shin� glazing �d mirrors. �}. Poiish glossy surfaces to a clear shine. 5. Ventilating systems a. Cjean permanent filters and replace disposable f lters if units were operated during constr«ction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace a11 burned out la�nps. 7. Braam clean process area flaars. 8. Mop office and control room flaors. D. Ext�rior (5ite or Right of Way) �'ina3 Cieaning 1. Rernave trash and debris containers from site. a. Re-seed areas disturbed by lacation of trash and debris containers in accordat�.ce with Section 32 92 13. 2. 5weep roadway to remove all rocks, pieces of asphalt, cancrete or any other object that may hinder or disrupt the flow of traff c along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction laoxes and inlets, CiTY OF FORT WORTH WESTCItEEI{ CHANNEi, MAINTENATIC� STANDARD CDNSTRUCTIQN SPECiFICATION DOCUMENTS Ci7"Y PR07ECT Na. 10306� Revised ]uly 1, 2D1 i 017423-4 CLEANING Page 4 of 4 4. If no jonger required for maintenance of erosion facilities, and upon approval by City, retnove erosian control from site. 5. Clean signs, lig4�ts, signals, etc. 3.11 CLOSEOUT ACT�T�ES [NOT LTSED] 3.12 PROTECTION [N�T USED] 3.13 MAINTENANCE [NOT U'SED] 3.14 ATTACHMENTS [NOT USED] END DF SECTION Revisian Log DATE NAME CITY OF FORT WOR1'H STANI7ARD CON&TRUCTION 3PECIF�CATION DOCUMEIVTS Reviscd 7uly 1, 20 E 1 5UMMARY OF CIIANGE WESTCItEEK CHANNEL MATNTENANCE CITY PItaJECT Np. 1U30b0 Ol 7719-] CLbS�OUT TLEQUIILEMENTS Page 1 of 3 1 2 SECTION Ol 77 19 CL05EDUT REQL7IREMENTS 3 PART 1 - G�RA,L 4 1.1 SUMMARY 5 6 7 8 9 10 11 1� 13 14 15 16 17 18 14 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Sectinn Includes: 1. The procedure for cIasing out a cantract B. Deviations irom this City of Fort Worth Standatd Specification 1. None. C. Related Specif'icaLion Sectians include, but are not necessariIy limated to: �, Divis ion 0— Bidda�g Requirements, Contract Forms and Conditinns of the Cantract 2. Division 1 —Genexal Requiremenks 1.2� PRICE AND PAYMEIVV'T PROCEDURF�.S A. Measurement and Payment 1, Work associated with this Item is cansidered subsidiary to the various Items bid. No separate payment will be allowed for this �tem. �..3 RECFRINCES [NOT USID] 1.4 ADNIINiSTRATIVE ItEQCJIREIl�TS A. GUarantees, Bonds and Af�davits 1. No application for final payment will be accepted until all guai-antees, bands, certificates, licenses and affidavits z'equired for Work or equipment as specified are satisfactorily filed with the City. B. Releas e of Liens or Claims 1. No application for final paymentwill be accepted until satisfactory e�idence of release of liens has been subm�ted to the City. 1.5 SUSNIITTALS A. Submit all required documentation to City's Project Representative. 1.6 INFORMA.'IxONAL SUBMITTALS [NOT �[TSID] 1.7 CLOSEOLTT SLIBMITTALS [NOT U�IDj P.ART 2 - PRODUC'I'S [NOT �U�ID] CITY OFFORT W�RTH STANI]ARD COI�[STRLTGTION SPECICICATION DOCU�4IEiYTS Revised Mazch 22, 2021 WESTCREEK CHANNEL MACI�7ENAI�CE CITY PR07ECT Nd. I p3060 ai ��i9-2 cLos�oUr ►���MENms Page 2 of 3 PART 3 - EXECUT�ON 2 3.i INSTALLERS [NOTUSID] 3 3.2 EXAMINATiON [NOT USID] 4 3.3 PRF.PARATION [NOT USID] 5 3.4 CLOSEOUT PROCIDURE 6 A. Prior to requesting Fina1 Inspection, submit: 7 l. Projeck Record Documents in accflrdance with Section O1 78 39 8 2. Operation and Maintenance Data, if required, in acc�rdance with Seciion 0178 23 9 10 11 12 13 14 15 16 17 18 19 2fl 2I 22 23 � 25 2b 27 28 29 30 31 32 33 34 35 36 37 B. Prior to requestir�g Final Inspection, perfQrm finai cleaning in accordance with Section O1 74 23. C. Final Tnspectian 1. After final cIeaning, pro�vide notice to the City Project Represen,tative that the Work is campleted. a. T�e City will make an initial Final �nspection with the Contractor pre5ent b. Upon completion of thi� inspeciion, the City will notify the Contractor, in writin� within 10 business days, af any particulars in which this insp�ctinn reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, irrimediately unciertakethe Work requ�red to remedy deficiencies and complete the Work to the satisfaction of the City. 3. The Right-of-way shall be cleared of a11 construction materials, barricades, and tempnrary signage. 4. Upon completion of Work associated with the items listed in. the City's written natice, inform ti�e City thattYze z'equired Work has been campleted. Upanreceipt of this notice, the City, m the presen.ce ofthe Contractor, wjllmake a subsequent Final Inspectian af the project. S. Provide all speciai accessaries requited tn piace each item of ec�uip�nent 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 %rst Iubricati�n of the equipment c. Initial fill up of all chemicaltan�s and fuel tanks d. Light bulbs e. Fuses f. Vauit keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment 38 D, Notice o�Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspee#ion 40 to be satisfactory, the City will issue allotice ofProject Completion (Green Shee�}. 41 E. Supporting Ddcumentation CITY OF FORT WqRTH STANDARD CONSTRUCTION SPECIE�ICATION DpCUIYfENT3 Revised March 22, 2021 WESTCREEK CHANNEL MAIiVT�NAiVCE CITY PA07ECT NO. 103060 01 77 19 -3 CLOSEOUT REQUIRENfENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 I2 l3 14 I5 I6 1'1 18 19 20 21 22 23 24 25 DAT� NAME 3 /2 212 0 2 1 M Q�n 26 I. Coardinate with the City Pro�ect Representative to complete the fo�lowing additional %rms: a. Final Payment Request b. Statement of Contract Time c. Affidavit oFPayment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation af City g, Performance Evaluatian of Cantractor F. Letter ofFinal Acceptance l. Upan review and aceeptance of Notice af Praject Completion and 5upporting Documentation, jn accordance with General Canditio�s, City will issue Letter of F`inal Ac�eptance and reIease the Final Payrnent Request for payment. 3.� R�PAIR 1 RFSTORATI ON [NOT USID] 3.6 R.�INST,ALLATION [NOT USID] 3,i FXELD [oR] SITE QiTALTTY CONTROL [NOT IISID] 3.8 SYSTEM START[JP [NOT USID] 3.9 ADJUSTING [N�T USID] �,�a cL�nnN� �NOT usEua 3.11 CLOSEDi]'I' ACTIVITiFS [NOT USID] 3,I2 PROTECTION [�OT USED] 3.13 MA.INTF�TANCE [NOT IISID] 3.1� ATTACIIlVI�N'I'S [NOT USID] IND OF SECTE�N Revision Lag Si JMMARY OF CHANG� 3.4 C. Added langwage to clarify and emphasize reguireme�t to "Clearing ROW" C1TY QF P012T WORTkI 5TAN17ARD CONSTIiUC'�'lqN SPEC�'TCAT[ON DdCiJMEN'�S ltevised Mazc9� 22, 2021 WE5TCRE�1� CHANNEL MA,INTEI�fANCE CITY PRQJECT Nd. 1 D3U60 PAGE IS LEPT S�,ANK INTENTIONALLY 07 78 39 - 1 PROJHCT I2ECORD DOCi3[�ENTS Page 1 of 4 SECTION d178 39 PROJECT RECORD DOCUMENTS �'ART 1- GENERAL L1 �iTMMARY A. 5ection Tncludes: 1. Work associated with the documenting the project and recording changes to praject dacuznents, includ'1ng: a. Record Drawings b. Water Meter 5ervice Reparts c. 5a�itary 5ewer 5ervice Reports d. Large Watar Meter Reports B. Deviations from this City of Fort Worth 5tandard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Divzsion 0— Bidding Requirements, Contracf Forms and Conditions oi the Contraei 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measur�m.ent and Fayrnent 1. Woz'k assaciated with this Ite�n is considered subsidiary to ihe various Items bid. Na separate payrnent wijl be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADNIINISTRATLVE RE�i1IREMENTS [NOT iTSED] 1.5 S'UBMITTALS A. Prior ta submitting a request for Final Inspectian, deliver Proj ect Record Documents to City's Project Represen.tative. 1.6 ACTI�N SUBMITTAL5IINFORMATXONAL �UBMITTALS [NOT USED] 1.7 CL�SEOUT SUBMiTTALS �NOT U�ED] 1.$ MAINTENANCE MATERIA,L SUBMITTALS [NOT USED7 1.9 QUALITY AS�URANCE A. Accuracy of Records 1. Thoroughly cnor�linate changes within the Aecord Documents, making adequate and proper enh'ies on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Gantract Documents may rely reasonably on information obtained from the approved Project Recnrd Documents. C1T'Y OF FORT W�RTH WESTCREEK CI�ANNEL �vIA1N'I'EI1A1dCE ST.4NDARD CONSTRUCTION SFECIFICATION DOCi3MENTS CITY PROJECT NQ. 103060 Revised July 1, 2011 D17839-2 PItQJECTItECORD DOCUMENTS Page 2 of 4 3. To facilitafie accuracy of records, make entries within 24 hours after receipt of infortnation that the change has nccurred. 4. Provide factuai informatiQn regarding aIl aspects of the Work, both conceaIed and visible, to enable future modiitcation of the Work to proceed without iengthy and expensive site measurement, inv�estigation and examinatian. 1.i0 STORAGE AND HANDLING A. Storaga and Handling Requirements l. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until campletion ofthe Work and trans�er of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessazy to again secvre the data to the City's approval. a. In such case, provide repiacements to the standards o�'iginally required hy the Contract Docunn�nts. 1.x1 �"XELD [�ITE] CONDITIONS [N4T USED] ].,12 WARRANTY [NOT USED� PART 2 - PRODITCTS 2.� OWNER-FURNISHED [aR] 4WNER-SUPPLIED PRODUCT� [NOT USED] 2.2 RECORD DOCUMENTS A. Job sei 1. Prompt1y �aliowing recaipt of the Notice to 1'roceed, secure from the City, at no charge to the Contractor, 1 complete set of all Daeuments comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of t�ae Wark anci prior to Final Inspectian, pz'ovide the City 1 complete set of all �'inal Record Drawings in the Cantract. 2.3 ACCESSORIES [NOT USED] 2.4 SOUI2CE QUALZTY C�NTROL [NOT USED] PART 3 - EXECUTXON 3.1 INSTALLERS [N4T USED] 3.2 EXAMINATI4N [NOT USED] 3.3 PREPARATION jNOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance af Job Set 1. Immediately ttpon receipt of the job set, identify each of the Dacuments with the title, "RECORD DOCUM�NTS - 30B SET°. CITY OF f QRT GVORTH WESTCREEK CHANNEL MAIN7'ENANCE STP.NDAI2D COI�iSTRUCTiaN SPECIFICATION DOCilMENTS CITY PRO]ECT NO. 103060 Revised .Tuly I, 20I 1 017839-3 PROJECT RECQRD DpCi]MENTS Page 3 of 4 �. � 2. Preservation a. Considering the Contract completion time, the probable number of occasrtans upon which the job set must be taken out for new entries and for axaminatron, and the conditions under which these activities will be performed, devise a suitabie methad for protecting the job set. b. Do nat use the job set for any purpose except entry of �evv data and for review by the City, until start of transfer of data to final Project Record Docu�nents. c. Maintain the j ob set at the site of work. 3. Coordinatio� with Construction Survey a. At a minimum, in accordanee with the intervals set forth in Section O 1 71 23, clearly mark any deviations from Contract Documents associafed with instai�ation of the infrastructure. Making entries on Drawings a. Record any deviations from Coniract Documen#s. b. LTse an erasable calored pencil (not iz�k or indelible gencil), clearly describe the ck�ange by graphic line and note as required. a 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 ci�anges, use different colors for the overlapping changes. Canversion of schematic layouts a. jn some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar iiems, are shown schematicaily and are not intended to port�ray precise physicaI layout. I} Final physical arrangement is determined by the Contractar, subject to the City's approval. 2) However, design of future modif cations of the facility may require accurate inf'ortna.tion as to the �nal p�ysical layoLlt of items which are shown only schematically on t�e Drawings. b. Show on the job set of Record Drawings, by dimension accurate to wztkiin 1 inch, the centerline of each run af ite�ns. 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 tt►e like). 3) Make all identiiication suff'iciently descriptive that it may be related reliably to the 5pacificaiions. c. The City may waive the requirements %r conversion of schemaiic layouts vvhere, in the City's judgment, conversion serves no useful purpose. Hawever, do not rely upan waivers being issued except as specifiealfy issued in writing by the City. B. Final Project Record Documents I. Transfer of data to Drawings a. Carefully transfer c�►ange data shown on the j Qb set af Recard Drawings tn the corresponding final doeumen�s, coordinating the changes as required. b. Clearly indieate at each affected detail and other Drawing a full description of changes made during construction, and the aciva1location of items. CI7"Y OF FORT WORTIi WESTCI�EEK CHANNEL MAiNTE1VANCE 5TANDA� CONSTRUCTTON SPECIFICAT{ON DOCUMEI�ITS CiTY PROSECT NO. 1030G� Revisad duly 1, 2D11 a��s34-a PROJECT RECORD DOCUMENTB Page 4 of4 c. Call attention to each e�ztry by drawing a"cloud" around the area or areas affeeted. d. Make changes neatly, consistently and with the proper media to assure longevity and clear rept�oduction. 2. Transfer of data to other pocuments a. If th� Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have be�n orderly to the appraval af the City, fhe job set of those Documents, othar than Drawings, will be aacepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy ofthat Document from the Ci4y 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 REPAII� / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NUT i1�ED] 3.7 FIELD [o�] SITE QUALITY CONTR�L [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADN�TXNG �NOT USED] 3.1D CLEANYNG [NOT USED] 3.11. CLOSEOUT ACTIVITIES [NOT USED} 3.1z PROTECTION LNOT USED] 3.1.3 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag DATE NAME CITY OF FOIiT' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Aevised July I, 2011 SUIvIMARY OF CHANGE WESTCREEK. CHANN�L MA1N'I'ENANC6 CITY PRQJECT NO. i�30b� 024113-i SELECTIV� 51TE DEMdL1TION Page l of S SECTION Q2 �41 l.3 SELECTIVE SIT� DEMOLITION PART1- GENERAL 11 SUMMARY A. Section Includes: I. Removing sidewalks and sYeps 2. Removing ADA ramps at�d landings 3. Removing drivevrays 4. Removing fences 5. Removing guardrail 6. Removir�g retaining walls (less than � feet tall) 7. Remaving mailboxes S. Remaving rip rap 9. Removing miscellaneous concreie structures including porches and faundations 10. Disposai of removed materials B. Deviations this from City of Fort Worth Standard Speciiication 1. Nane. C. Related Specification �ections include, but are not necessarily limited to: 1. Division 0— Bidding Requirett'�ents, Contract Forms, a�►d Canditions of the Cantract 2. Division 1— Creneral Requirements 3. Section 3 l 23 23 -- Boz-z'ow (By Reference} 1.2 PRICE AND PAYM�NT PROCEDTTRES A. Measurement and Payment I. Measurement a. Remove Sidewalk: Measure by square faat. b. Remove St�ps: measure by the square foot as seen in the plan view only. c. Remo�e ADA Ramp: measure by each. d. Remave Driveway: measure by ihe square foat by type. e. Remov� �'ence: measure hy the linear foot. f. Remove GuardraiI: measure by the linear foot along the face of the rail in place includzng metal beam guard fence transitions and sing�e guard rail terminal sections from the center of �nd posts. g. Remove Retaining Wal1 {less than 4 feet tall): measure by the linear foot h, Remove Mailbox: measure by each. i. Remove Rip Rap: measure by the square fooi. j. Remove Misce�laneous Concrete Structtu'e: maasure by the 1�amp sum. 2. Payment C1TY OF FpRT WORTH WE.STCI2EEK CHANNEL Mf1IDITENANCE STANBARD CONS'CR[JCTION SP�CIFICATION DQCUN[�N"I'S CITY PR07ECT NO. ]0306� Re�ised T]eeember 20, 2012 02 41 13 - 2 SEL&CTIVE SITE DEMOLITI�DN Page 2 oi5 a. Remove 5idewalk: full compensation for saw cutting, remaval, hauling, disposal, tools, equipment, labar and incidentals needed to execute vvark_ Sidewalk adjacent ta or attached ta retaining wall (including sid�walk that aets as a wa11 footing) shall 6e paid as sidewa3k zemoval. For utility projects, this Item shall be considered subsidiary to the Yrench and no �ther compensation wi116e allowed. b. Remove Steps: full compensation ior saw cutting, removal, hauling, disposal, taols, equipment, labor and incidentais needed to execute work. For utility projects, this Item shall be considered sutasidiary to the trench and no other cvmpensatian wili 6e allowed. c. Remove A37A Ramp and Iandi�.g: full compensation for saw cutting, remov�l, hauling, disposal, tools, equipment, labar and incide�nttals needed to execu#e work. Work includes ramp landing removal. For utility projects, this Item shall be cansidered suhsidiary to the trench and no othec compensation will be allowed. d. Remova Dri�eway: full campensation for saw cutting, removal, hauling, disposal, iools, equipment, Iabar and incidentals needed to remove irr�proved driveway by type. For util�ty proj ects, this Xtem sha11 be conside:red subsidiary to thz tranch and no other campensation �c�vill be allowed. e. Remove Fence: full campensation for remavai, hauling, dispasal, tools, equipment, Jabar and incidentals needed to remove fence. �'or utility projects, this Itexn shall 6e considered subsidiary to the trench �nd no other compensation will be allov,+ed. f. Remove Gu�rdrail: ful� campansation for removing nnaterials, loading, haul�ng, unloading, ar�d staring or d'lsposal; fitrnishing backf ll materiai; bael�"illing the pastholes; and equipment, labor, tools, and incldentals. For utility projects, this Item shall be considered subsidiary to the trench and �o other campensation will be allowed. g. Remove Retaining Wall (less than 4 feet tall}: full compensation for saw cui#ing, removal, hauling, disposal, tools, equipment, la6or and incidenials needed to execute wark. Sidewalk adjacent to ar attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shal! be c�onsidered subsidiary to the trench and no a#her compensation will be allowed. h. Remove Mailbox: full compensatian for remova�, haulin.g, disposal, tools, eguipment, labor and incidentals needed ta execuie work. For utility project5, this Ztem shall6e considered subsidiary to the trench and no other compensation wi11 be ailowed. i. Rertaove Rip Rap: fiill compensation for saw cutting, ramoval, hauling, disposal, tools, equipment, labor and incidentals needed to executa work. Fox utility projects, this Itein shall be considered suhsidiary to the trench and no other compensation will be allowed. j. Remove Miscellaneflus Concrete Structure: fuil campensation for saw cutting, remaval, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Far utility projacts, this I�etr► shall be considered subsidiary ta the trencli and na other cqmpensation will be aIlowed. 1.3 REFER.ENCES A. Definitions CITY flF FORT W[IRTH WE5TCREEK CIIANNEL MAINTENANCE STAlVDARD CONSTRIJCTION SP�.CIFICATION DOC[JMENTS CITY PROJEC'i NO. 1030bU Revised December 20, 2012 0241 l3-3 SELECTIVE 5I'E'H DEMOLITION Page 3 of S L4 x.5 L6 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. ADMIIVISTRATIVE REQUXREMENTS [NOT USED] SUBMITTALS [NOT USED] ACTTON SUBMITTALSlJNFORMATIONAL SUB1VIiTTALS [NOT USED] L'1 CLOSEOUT SIIBMITTALS [NOT i7SED] 1,8 MAINTENANCE MATERTAL SUBMITTALS [NOT USED] 1.9 QIIAL�TY A�SURANCE [NOT USED] L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SXTE] CONDITZONS [NOT USED] 1.12 WARRANTY [NOT II�EDj PART 2 - PRODiTCTS 21 �WNER-FiJRNI5H�D PRODUCT5 �NOT USED] 2.2 MATERI�ALS A. Fij1 Material; See 5ection 31 23 23. 2.3 ACCESSORIES �N4T USED] 2.� SOURCE QIIALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT iTSED� 3.3 PREPARATION [NOT USED] 3.� REMOVAL A. Remove Sidewalk 1. RemaVe sidewalk to nearest existiag dummy, expansian or construction joint. 2. Sawcut when removing to nearest j oint is not praetical. See 3.4.K. B, Remove Steps 1. Remove step to nearest existing dumany, expansion or construction joint. 2. Sawcut when renr�oving to nearest joint is not practical. See 3.4.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavement prior ta wheel chair ramp removal. See 3.�4.K. 2. Remove ramp to nearest existing dummy, expansion ar construction joint on existing sidewalk. D, Remove Driveway CITY OF PORT WORTH WESTCREEK CI-iA1�NEL MAINTBNANCfi STANDARll CONSTRLiCTION SPECIFICATION DdCC]ME1�IT5 CITY PROJECT NO. IU3060 Revised December 20, 2012 024113-4 SELECTIVE S1TE DEMOLITION Page 4 of 5 I. Sawcut existing drive, curb a�►d gutter and pavement prior to drive removal. See 3.4.K. 2. Remove dri�e to nearest existing dummy, expanszan ar construction joint. 3. Sawcut when remaving to nearest joint is not practical. See 3.4.K. 4. Remove adjacent sidewalk ta nearest existing dummy, expa�sion or construction joint on existing sidewalk. E. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill mate�ial. 2. Use caution in removing and salvaging fence materials. 3. Sal�aged materials may be used to reconstruct fence as approved by City or as sl�own on Drawings. 4. Cantractor responsible for keeping aniznals {livestock, pats, etc.} within the f�nced areas during construction operatian and while resnoving fences. F. Remove Guardrail 1. Remove raii eletnents in original lengths. 2. Remove fit�ings from the posts ar�d the metal rail and then pu1S the pasts. 3. Do not maz o:r damage salvageable materials during remaval. 4. Campletely remove posts and any concrete surrounding the posts. 5. Furnish backf'ill material and backfill the hole with material equal in composition and density to the surrounding sail unless otherwise direcied. 6. Cut off or hend down eyebolts anchared to the dead man to an elevation at least 1- foot below the new subgrad� elevation and lea�e in piace alang with the dead man.. G. Remave Retaining Wall (less than 4 feet tall) 1. Remove wali ta nearest existing j oini. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all companents of the retaining v�all including footings. 4. Sidewalk adjacent to or attached to retaining wall: 5ee 3.4.A H. Rerz�ove Mailbox 1. Salvage existing materials for reuse. Mail}�ox materials may need to he used for reconstruction. I. Remove Rip Rap 1. Remove rip rap ta nearest existing dummy, expansion or construetion joint. 2. Satvcut wh�n rernoving to nearest joint is not practieal. See 3.4.K. J. Remove Miscellaneous Concrete Structt�re 1, Remove portions of miscejlaneous concrete strLictLiz'es including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close ta the portion ofthe cancrete to remain in place. 3. Break or perforate the hatiorn of structures to remain to prevent the entrapment of water. C1TY OF FORT WORTH WESTCR�EK CHANN�L MAINTENANCE STANBA�tD CONSTTLUC�ION SPECIFICATION DOCUMENTS CITY' PROJECT NO. k03Q60 Kevised Decamber 20, 2D l2 02 4I l3 - 5 3ELECTlVE SI'TBIlEN10LI"['ION Page 5 of 5 K. Sawcut 1. Sawing Ec�uipment a. Power-drivep b. Manufactured for the purpose of sawing pavement c. In gQod operating condition d. Shall nnt spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surfaca campletely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE�INSTALLATION [NOT USEDj 3.7 SITE QIIALxTY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [N4T �CTSED� 3.10 CLEANING [NOT USED] 3.11 CLO�EOUT ACTNITIE� [NOT USED] 3.12 PROTECTION rNOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT IISED] END O� SECTION Revision Lag DATE NAME 12/20/2012 D.7ahnsan SUMMARY OF CHANGE 1.2.A.2. Modified Payment - Items wili be subsidiaxy to treuch on utiGty projects CC�"Y dI' FOR'k' WORTH WESTCREEK CHAIVNEL MAINTENANCB STANDARb CONSTRUCTION SPECIPICATION BOCUM�NTS C1TY PRO.iECT NO. 103060 Revised Decembar 2q, 2012 PAGE IS LEFT BI.ANK INTENTIONALLY 03930 - 1 12EPAIR AND REPT.ACEivIE3dT OF CAST-IN-PLACE CONCRETE Page I af ] 0 1 2 SECTION 43 0130 REPAIR AND REPLACEMENT OF CAST-IN-PLACE CONGRETE 3 PART1- GEN�RAL 4 1.1 DESCRIPTION 5 �1. Scope: 6 l. CONTRACTOR shall provide ali labor, materials, equipment, and incidentals as 7 shown, speclfied, and required to repair or rehabilitate, as r�quireci, all existing 8 concrete shown ar indicated in the Contracf Documents as being repaired or 9 rehabilitated. 10 2. CONTRACTOR shall repair all damage to new concrete canstruction as specified 11 in this Section except for repair Work specified in Section 43 30 04, Cast-In-Place 12 Concrete. I3 B. Coardination: 14 1. Review installatian procedures under this and other Sections and coordinate th� 15 Work �hat mtiist be installed with oe hefore repair and rehabilitation of canet'eYe. 16 2. Notify other cantractors in advance of repair and rehabilitation of concrete Work to 17 provide them with sufficient time for insfalling and coordinating ite�ns included in 18 their contracts that rnust be instalied in conjunction with repair and rehabilitation of 19 concrete Work. 20 C. Related Sections: 21 1. Section 03 30 00, Cast-In-Place Concrete. 22 1.2 RE�'ERENCES 23 2� 25 26 27 28 29 30 31 32 33 34 A. Standards referenced in this Section are: 1. ASTM C109/C109M, Test Method for Compressive Strength of Hydraulic Cement Mortars {Using 2-in. C�be Specimens). 2. ASTM CS82/C882M, Test Me#hod for Bond Str��gth of Epoxy-Resin Systems Used vvith Concrete by Slant Shear. 3. ASTM Di042, Test Method for Linear Dimensional Changes of Plastics Under Accelerated Service Conditions. 4. ASTM D3574, Test Mekhods for Fle�ble Cellular Materials — S�ab, Bonded, and Molded Uretlaane Foams. 5. ASTM GI09, Test Method for Determining the �ffects of Chemical Admixtures on t�e Corrosion of Embedded 5teel Reinforc�ment in Cancrete Exposed to Chloride Enviranments. 35 I.3 SUSMITTALS 36 37 38 39 40 4i A. A�tion Submittals: Submit the foilowing: 1. Product Data: Information on all praducts proposed for use, including manufacturer's brochures, techr�ical data, specifieatians, and other applica6le data. B. Informational Submittals: Submit the following: 1. Manufacturer's instructions: Manufacturer's recommended pt'acedures for installing materials ptoposed for use. C1TY OF FaRT WORTH WESTCREEK CHANNEI. MAII�ITENANCB CIT'Y PROlECT NO. 1 Q30fi0 03930 - 2 itEPAIR A7�Fi] REPT.ACEMEIV'F OF CAST-IN-PLACE CONCRETE Page 2 af l0 1 2. Special Procedure 5ubmittals: When requested by ENGINEER, sub�nit infarmation 2 on mEthods for supparting during demajition and repair Work e�sting structures, 3 pipes, and other existin� facilities affected by the Work. 4 1.4 PRUDUCT DELNERY, ST�RAGE AND HANDLING S A. Delivery and Handling of Materials: 6 1. Conform ta Section a3 30 00, Cast-in-PIace Concrete, and this Section. 7 2. Clearly maxk on containers manufacturer's name and labej, narne or title of 8 material, manufacturer's stack numher, and date of manuiacture. 9 3. Handle maferials carefully to prevent inclusion of fareign matter. 10 4. Do not open containers or mix companents until necessa�y preparatory Work has 11 been connplated and application Work is to stat-t immt;diately. 12 B. Storage nf Materials: 13 1. Confarm ta Section fl3 30 00, Cast-in�Place Coiicrete, and this Sectian. 14 2. Store only approved materials at the Site. 15 PART 2 - FRODUCTS 16 2.1 SYSTEM REQCIIRMENTS 17 A. All repair and rehabilitation materials that can ar will come into contact with potable 18 water or that wili be treated to taecozr�e patable shali be listed in ANSI/N5F 61. 19 2.2 REPAIR MORTAR 20 A. Product Description: Repair mortaz' shall be prapackaged, cement-based product 21 specifically formulated for repairing conerete surface defects. 22 B. Products and Manuiacturers: Provide ane of the folIowing: 23 1. SikaTop 122 Plus, SikaTop 123 Plus, or SikaTQp I2& Plus, by Sika Carporation. 24 2. DuralTop Gel, DuralTop Flowable Mortar by Euclid Chemical Company. 25 3. Or equal. 26 C. Materials: 27 1, Provide afwo-camponent, polymer-modified, Portland cetnent, fast-setting, trowel- 28 grad� morkar. Repair mortar shall be enhanced with penetrating corrosion inhibitor, 2I a�ad shail have the following properties: 30 ASTM � �'�►ysical Praperty 'Value Sfandard Minimum Compressive Stren�th at One Day 2,D00 psi C109 � Minimum Compresszve Strength at 28 Days 6,000 psi C109 � � M�r�ta�ttm Bond Strength at 28 Days 1,$00 psi C882* � � � �* Modified for use with repair mortars. � 31 2. Where the least dimension of th.e placetnent in width or #hickness exceads f�uz' 32 inches, extend repair m.ortar by adding aggregate as reeommended by repair tnartar 33 manuiacturer. CiTY OF FOItT WOR"I'H WESTC�EK CHANNEL MAINTENANCE CITY FR0IECT NO. 103060 03930 - 3 REPAIR ANI3 REPLACEMENI' OF CAS'i'-iN-PLACE CONCRETE Fage 3 oF ] 0 2.3 REPAiR OF EXPOSED REXNFORCING STEEL 2 A. System Description: �ystem for repair of expos�d reinfoz'cing steel shall consist oitwo 3 compo:�ents; an initiaS application of carrosion inhihitor and subsequent application o�' 4 protective slurry mortar. 5 B. Corrasian Inhibitor: 6 7 8 4 10 11 12 z� 14 15 16 li 18 19 20 21 22 23 24 25 2b 27 2$ 29 30 31 32 1. Corrosron inhibitor shall penetrate the hardened concrate surface and forn� a protective layer on teinforcing steel. 2, Products and Manufacturers: �'rovide one ofthe foIlowing: a. 5ika FerroGard 903, by Sika Cotporation. b. Or equal. 3. Corrosion inhibitor shall: a. Not chan�e the substrate's color, appearance, or texture. b. Penetrat� independently of orientation (horizontal, vertical, overhead) at rate up to 111Q fo 415 inches per day, depending on density nf concrete, measured using secondary neutron mass spectroscopy. c, Farm on z'einforcing steel a protectiva layer of t�igh integrity of at least 100 a�agstroms thickness, measured using x-ray photoz� spectroscopy and secondary ion mass spectroscopy. d. Demonstrate reductian in corrosion currents after #reatment as determin�d using cracked beam corrosion tests of concrete, as adapte�i from ASTM G109. e. Be capable of reducing active corrosion rates by at least 65 percent. Reduction shali be demonstrated by prp3ect references and an independent corrosion engineer using linear polarization resistance. f. Penetrate up ta three inches in 28 days, measured using secondary neutron mass spectroscopy. C. Protective Slurty Mortar: S. Material shall be two-component, polymer-modiited, cementious waterproofing and protective slurry mortar. Provide two coats at coverage of 50 square feet per gallon per coat. 2. Products and Manufacturers: Provide ona of the fallowing: a. Sikatop 5ea1 107, by Sika Corporatian. b. �r equal. 33 2.4 CRACK INJECTION MATERiALS 3�t 35 36 37 38 39 �0 41 42 43 44 45 46 A. Structural Crack Repair Sysiem: 1. Epoxy for injection shall be low-viscosity, high-modulus �noisture inse�sitive type, 2, Pr4ducts and Manufacturers: Provide on� of the following: a. Sikadur 35, Hi-Mod L.V, arjd Sikadur 31, Hi-Mod Gel, by 5ika Corporation. b. Eucopoxy InjectionResin, by EucIid Chemical Company. c. Or equal. B. Non-st�•uctural Crack Repair System: 1. Hydrophobic Polyurethane Chemical Gro«t: a. Provide hydtophobic polyurethane that forms a flexible gasket. b. Products and Manufaciu�•ers: Provide one of the following: l) SikaFix HH LV, by 5ika Chemicai Company. 2) Hydro Active Flex SLV, by De Neef Cat�struction �hemicals, Inc. 3) Or equal. CITY OF FORT WOIii'H 1�B5TCREEK CI-IANNEL MIAINTENANC$ C1TY YROIECT NO. ! Q3060 03930 - 4 REPAIR AND REPLACEI�ENT OF CAST-IN-PLACE CONCRET'� Fage 4 of l0 1 z 3 4 5 6 7 8 9 10 A. Genera�: 11 �.5 NON-SHRINK �ROUT MATERIALS 12 13 1 �4 IS I5 l7 18 i9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4� 41 42 43 44 45 46 c. Sltrinkage lirriit shall not exceed 4.D percent in accordanee with ASTM D1442. d. Minimum elongation of 250 pereent i:n accordanee with ASTM D3574. e. Minimum tensile strength of 150 psi in accardance with ASTM D3574. 2. Hydrophilic Acr}rlaie-Ester Resin: a. Hydrophilic erack repair system shali be acrylate-ester resin that fo�'nas a flexible gasket ar�d increase in volume by at least 50 percent when in contact with water. b. Prod�cts and Manufacturers: Provide ane of the fojlovving: 1) Duroseal Multigel 550, manufactUred by BBZ USA, Inc. 2) Or equai. Non-sk�rinlc graut shall be a prepackaged, inorganic, �lowabl�, non-gas-liberating, non-metailic, cement based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or coniainer in which the tnaterials are packaged. 5peciiic fornaulation for eaeh type or cIass of non-shrir� grout specified in this Section shall be that z'ecommended by the grout manufactuz'er for the particular application. �. Class I Non-5hrink Grout 2 � 4. S 1. Class I non-shrink grouts shall have a minimum 28-day compre5sive strength of 7,400 gsi. Use grout far precision grouting and where water-tzghtness and non- shrin�t reliability in hoth piastic and hardened states is critical, and as specified in this 5ection. Products and Manufaeturer: Provide one of the follawiz�g: a. Master�'low 928, by Master Builders, Inc. b. Five Star Grout, by Five Star Products, Tn.c. c. Hi-�'low Gro�tt, by Euclid Chemical Campany. d. �r equal, Comply with ASTM C11071C1107M, Grade C and B(as modified below) when tested using amount of water required to achieve the follawing properties: a. Fluid consistency (20 ta 30 seconds) shail be in aecordance with ASTM C939. h. At temperatures of 45, 73.4, and 95 degrees F. Length change from placing to tirne of final set shall not have shrinkage greater than the expansion measured at three or fourteen days. Expansion at three qr fourteen days shall n.ot exceed the 28-day expansion. Non-shrink property shall not be based on chemicaily-generated gas or gypsum expanston. 6. Fluid grout shall pass thraugh the flow cone, with continuous flow, csne hour after mixing C. Class III Non-Si�'ink Epoxy Grout: 1. Epoxy grout shall be a pourable, non-shrink, 100-percent solids system. 2. Products and Manufacturer: Fravide one of the following: a. E3G, by Euclid Chemical Company. h. Sikadur 42 Gro�t Fak LE, by Sika Corporation. a HP Epoxy Grout, b�r Five Star Produets, Inc. CITY OF FdRT WDRTH WESTCREEI� CHANNEL MAIN7'BI+fANCE CITY PR07ECT N0. ] 03D60 Q3930 - 5 REPAIR AND REPLACEMENT OF CAST-IN-PLACE CONCRETE Page 5 oF ] 0 1 d. Or eauaI. 2 3. �poxy grout system shall i�ave three components: resin, hardener, and specia[ly 3 blended aggregate, all pre-measured and prepackaged. Resin component shall not 4 contain non-reactive diluents. Resins containing butyl glycidyl efher (BGE) or 5 other highly volatile and hazardous reac#ive diluents are unacceptabJe. Variation of 6 component ratias is nai alloGved withauf specific recomm�ndation by manufacturer. 7 Manufacturer's instructions shall be printed on each container in whieh products are 8 packaged. 9 �. The following properties shall be atkained with the minim�m quantity of ag�egate 10 allowed by �po�y grout ma�ufactux'er. z1 a. Vartica� valume cnange at all times before hard�ning shall be between zero 12 percent shrinkage and 4.0 percent expansion when measured in accorda�ce 13 with ASTM C827 (tnodified for epoxy grouts by using an indicator ball with 14 specific gravity between 0.9 and 1.1). 15 h. Length change aft�r hardening shall be less than O.OQ05-inch per inch and �� coefficient of thermal expansion shall be aess than {1.00003-inch per ineh per 17 degree F when tested in accordance with A.STM C531, 1$ c, Compressive creep at ane year shall be less than OAOI-inch per inch when 19 tested undez' a 400-psi cons�ani joad at I44 degrees F in accordance with Z� ASTM C1 I81. 21 d. Minirr►um seven-day compressive strengih shall be 14,00Q psi when tested in 2� acca;rdance wifh ASTM C579 �3 e. Grout shaIl be eapabie o� maintaining at least a ffowa�le consistency for 24 min'vnurn af 30 minutes at 70 degrees F. 25 f. Shear bond strength to partiand cement concrete sha11 be greater thari shear 26 strength of concr�te vvhen tested in accorciance w�th ASTM C882/C882M. 27 5. Miturnum effective bearing area sha11 be 95 percent. 28 PART 3 - EXECUTXON 29 3.1 INSPE�TION 30 A. Examine areas and conditians und�r whioh the xepair Work is to be insialled and notify 31 ENGINEER in writing of conditions detrimental to praper and timely completion of the 32 Work. Do not proceed wlth the Work until unsatisfaciary conditions have been 33 carrected. 34 3.2 PR�PARATION 35 A_ Starface Preparation: 36 ]. Initial Surfa�e Preparation: Remove by chipping, abrasive bla�ting, ar hydro 37 blasting all laita�ace, foreign material, and unsound concrete fram entire area to be 38 repaired. Further roughen surface as specified in this Section. Where non-shrink 39 gro�t or repair tnortar is used, perfo�`t�n additiQnal surface preparation, if any, �d recommended by produet ma�iufacturer. 41 2. Wetting �'rocedure: Where repair concrete, shotcrete, or cernent grout is used, and 42 bonding agent is not required, ar where repair mortar or non-shrink grout 43 manufacturer recommends wet or saturated surface, perform the following: 44 a. Cflntinuously apply wa��r for at least four hoLlrs Yo surface being repaired. 45 Where large surface areas are to be repaired, use fog-spray nazzles, mounted on CITY OF FDRT WORTH WESTCREBK GHt�1NNEL MAINTENANCE CTPY PROJECT NO. 103060 D�930 - 6 R�PAIR AND REFLACEMENT OF CAST-IN-PLACE CONCIiE"I'E Page 6 of 10 1 2 3 4 S 6 7 8 9 la I1 L c. stands, in sufiicient num.b�r so that entire surface to he repaired is contacted by fog spray cloud. Frevent concr�te from drying until after repair is cornpleted. Re-wet surfaces not yet repaired using water sprays at least a daily; should more than four days elapse without re-wetiing surfaces not yet repaired, repeat the origir�al sat�rating procedure. Rez�nave standing water in areas to be repair�d before piacing repair material. Provide means to remove excess water from structure. 3. Preparation for Epoxy Banding Agent: Where repair material manufacturer recommends use of epoxy-bonding agent, confarm to recommendations af both repair rnaterial manufacturar and bonding agent manuiacturer. I2 3.3 INSTALLATION, GENERAL 13 14 15 16 A. Construction ToIerances: Shall be as specified in Section �3 30 04, Gast-In-Place Concrete, except as specifi�d in this Section and eisewhere in the Cantract Documents. B. Care shall be taken to fully consolidate repair material, completely f lling all portions of space to be filled. 17 C. Bring surface being repaired into alignment with adjacent surfaces, praviding uniform, 1 S even surface. 5urface repaired shal! match adj ace�t existing suxfaces in texture and l4 shail receive coatings az' surface treatments, if any, provided for the existing suriace 20 ad�acent to repaired sttrface. 21 D. Curing: 22 1. Curing af repair mortar and non-shrink g�'out shall be in accorda.nce with 23 manufacturer's recommendations, except that minimum cure period shall be fhr�e 24 days. 25 2. Curin� of other materials shall be in accardance with requirements of Sectian 03 30 26 40, Cast-Ir�-PIace Concrete. 27 3.4 REPA.IR OF SURFACE DEFECTS 28 A. Surface defects are depressions in a concrete surface that do not extend all the way 29 tnraugh the cancrete. Surface defects can res�alt from removal of an embedded item, 30 z'emaval of an intersecting concrete member, physical damage, or unrepaired rock 31 pockets created during original placernent. For spalls that result from corroded 32 reinforcing steel or other embedment refer to Article 3.7 of t11is Section. 33 B. Preparation: Perform th� following in addition ta requirements of Article 3.2 ofthis 34 Seetion: 35 1. Remove by chipping all loose, damaged concrete ta sound material. 3b 2. Where existing reinfarcing is exposed, remove concrete to minimum of one-inch 37 around expased bars. If existing 6ars are cui throu�h, cracked, or cross sectional 38 area is reduced by more than 25 percent from original, immediately notify 39 ENGINEER. 40 41 42 43 3. 5core-cut peri��neter of area to be repaired to zninimurri depth of 112-inch and maximum depth that will not cut existing reinforcing steel. CYllp OUt EXISt111� concz'et� to the score line so that minimum thickness of repair mortar will be 1/2- inch. 44 C. Repair Material; Cl'iY QF FQRT WORTH WESTCREEK CHANNEL MAINTENANC� CITY PR07ECT NO. 103060 03934 - 7 REPAIR AND REPLA�E3vIENT OF CAST-IN-PLACE CONCRETE Page 7 of 10 1 I. Campietely fll th� surFace defect with specitiad repair material, in �ccoz'dance with � material manufacturer's instructions and the Contraet Dacuments. 3 2. Perform, witla repair mortar, repairs oisuz�face defects in cancrete normally in 4 contact with waier or soil, and infierior surfaces of struciures tlaat contain �vater. 5 3. Repair of other surfaee defects may be by ap�lying repair martar, repair cancrete, b shotcrete, or cement grout, as appropriate. 7 3.5 PATCHING O�' HOLES IN CONCRET� 8 A. For holes larger than �-inch diameter or equivalent area of hole, re%r to the Drawings 9 for re�nforcing details. 1Q B. FiII openi�gs less than four inches intk�eir least dimension vvith Class III non-shrink 11 epoxy �out in accordance with Article 2.4 of this 6ection. 12 C. Openings greater than four inches and less than 16 iachas in their least dimension shall 13 be coated with an epflxy bonding agent prior to filling with Class I non-shrink grout in 14 accordance with Article 2.4 of tnis Section. 15 D. �penings greater than 16 inches in their least dime�asion shall be caated with an epaxy lb bonding agent prios to �11ing with Class A conereYe in accordance wiih Sectian 03 30 l7 40, Cast-In-Place Concz'ete. 1S E, Where repaired holes are in contaat with �vaier ar s�il, pxavide hydrophilic rubbex 19 waterstop withzz� the opening in aceordance with Section 03 34 00, Cast-In-Place 2Q Concrete , priox to fillzng with repair material. 21 3.6 REpAIR OF LIN�D �OL�S 22 A. This E�rtic�e applies to openings wlth embedded material o�er all az' a portion of inside 23 surface oihole. Where indicated on the Drawings, remove embedded materials and �4 repair fhe hole in accorciance with Article 3.5 of this Section, as modified in this Article 2S 3.6. 26 B. Wk�ere embedded material is allawed to remain, remove embedded material to at Ieast 27 two inches into the hole, as measured from the plane surface of concrete wall or slab, as 2$ applicable. Embedded mateXial ieft in piace shaII be z'aughened or abradad for proper 29 boilding to repair material. Cornpletely remove substances that interfere with proper 30 bonding. 31 C. CampleteIy remove embedded items not securely and pertnanentiy anchored inta 32 concrete. 33 D. Completely remave ambedded ite�ns larger than 12 inches in their smaliest dimension. 34 In lieu of removing the embedded item, where reinforcing is required as shovwn or 35 indicated in the Contract bocuments, we�d reir�forcing to embedded itezn to remain, 36 pxovided �mbedded item to remain is composed of inetaI to which reinfarcing steel can 37 be welded. 38 3.7 REl'AIR OF D�T�R�ORATED CDNCRETE 39 A. T'nis Article pertains to deteriorated concrete which has been damaged due to corrosion 40 of reinfQrcing steei, physicaI da�nage due to abrasion, or damage due to cizemical 4l attack. Use repair mortar, as specified in this Article, %r repairing deteriorated 42 concrete. Where repaired surface will be subsequently co'vered with plastic liner 43 m�terial, coordinate f�nishing with requiremenCs for installing plastic iiner matea'ial, C1TY QF FORT W012TH �VESTCREEK CHAI�NEL 1VIAINTENANCE C1TY PRp1ECT T10. 103060 6393q - 8 REPAIR ANS) ItEPLACEMENT OF CAST-IN-PLACE CONCRE'I'E Page 8 of 1D 7 8 IU 11 12 13 B. Surface i'reparation: In additian to requirerrr.ents of Article 3.2 of this Sectian, perform the following surface preparation: 1. Rernove loase, 6roken, softe�aed, and acid-contaminated concrete by abrasive blasting and chipping to saund, uncontatninated concrete. 2. i7pon completian of removal of deteriorated concrete, natify ENGINEER in writing. Allow two weeks for ENGINEER to evaluate the surface, perform tesfing for acid coniatx�.ination if required, determine if additionai eoncrete shall be removed, and to develo� special repair datails (if any) required. Should ENGINEEA determine that additional concrete be removed to reach sound, unconta�ninated concrate, ailow anQther two-�reek period far further e�aluation and testing followir►g the additional remaval, 3. S�rface preparation shall confornn to recommendations of repair mortar manufacturer. 14 4. Repair and rehabilitate isolated a�'eas 4f exposed reinforcing baz's in accordance 15 with Article 3.�1 of this Section. If extensive areas of reinfarcing steel are 16 uncovered after removal of d�teriorated concrete, ENGINEER will determine the I7 repair methods requireci. 18 19 20 21 22 23 24 25 26 27 2$ 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 C. Kepair Mortar Piacing: ]. Canform to manufacturer's recommended procedures for mixing and placing repair mortar. 2. After initial rn't�ing of repair mortar, addition af water is not allowed. 3. 4. Minimum Thickness: a. Install repair mortar to not less than minimum thickness recomtnended by manufacturer, and nat �ess than 1/2-inch. b. Where z'emoval of deteriorated conc:rete results in repair thicktaess of less than miniznum required thickness to r�turn to originai concreta sLir�ace in isalated areas totaling Iess than ten percent o�tatal repair.surface area, reznove additianal concrete to obtain at least the raquired minimwn thickness. c. Where surface area wiih repair thickness less than minimum required thickness exceeds ten percent of total repair area, notify ENGINE�R d. Pro�ide repair moz�ar sa khat �ninimum cover over existing reinfarcing steel is two inches. Do not place repair mortar creating locally raised areas. e. Where transitioning to or from wa11 surfaces not requiring repair, do not feather-out repaiz' rnartar at transition. Instead, form the transition by saw cutting a score line to not less than minimum z'equireci repair mortar depth and chip out concrete to the saw cut line. Do not cut or otherwise damage reinforcing steel. Place repair rrzortar to an even, unif�rm plane to restore concrete metnber to its flriginal surface. Out-of-plane tolerance sha�l be such that the gap between 12-inch long straight edge and repair mortar suxface does not exceed 118-inch, and gap between a faur-foot long straight edge and repair mortar surface shall not exceed i/4-inch. Tolerances specified in this paxagraph apply to straight edges placed in any arie�tation at any location. 44 D. Finishing: 4S 1. Provide smooth, steel trowel �nish ta repair mortar. CITY OF FORT WORTH WESTCR��K CHANNEL IvIA1NTENANCE CIT'Y PROJECT NO. 103060 03930 - 9 REPAIR A73D AEPLACEMENT OF CAST-IN-PLACE CONCRETE Page 9 of l0 1 2. When completed, there shall be no sharp edges. Provide exteriar carners, such as at 2 penetrations, one-inck� radius. Interior corners shall be square, except corners to 3 receiue plastic l�nxng which sha]] be made with two-inch fillet in repair mortar. 4 3.8 REPAIR OT EXPA.i�TSZON .�OINTS 5 A. Surface Freparati��: Remove the following from surfaces to be repaired: laitance, 6 foreign material, and unsound concrete. Remove hy chipping, abrasive bIasting, or '1 hydro 61as�ing. Additional surf`ace preparation, if required, shall .b� as recommended 8 by expansion jpznt repair system manufacturer. 9 B. Installation: �nstallation shall be as recommended by expansian jaint repair system 10 manufacturer. 11 3.9 REPAIR OF EXPOSED REINFO�CING 12 A. 12emove, by abrasive blasting ox hydro b�asting, a11 cortosion, foreign materials, a.t�d I3 unsQund concrete from area to be repa.ired. 14 B. Surface shall be visually dry before appIying corrasion inhibitor. Lil�erally apply 15 carrosion inhibitor to achieve coverage of 104 square feet per gallon in two or more 1� coats, by allawing corrosion inhibitor to soak into substrate. Time between caats shali 17 he the longer oi: one hour, ar as recomrnended by corrosion inhibitor manufacturer. �g Apply using rollers, brusi�es, or hand-pressure spray equipment. 19 G After appiying fiinal coat of corrosion inhibitar, rninimum cure time of24 hours is 20 required. 21 D. Pravide high-pr�ssure wash to surfaces to be repaired fa reino�e �lnny residue from �2 corrosion inhibitor. 23 E. For mortar coating, conform to Paragraphs 3_'7C.B, 3.7D.C, 3.7.D af this Section. 24 3.].0 CRACK INJECTX4N 25 A. Examine az'eas under whlch inj�ction �ork wilI be installed and Iocate cracks that 26 requir� injection. Identify and inject cracks greater thaxi 0.410-inch wide in structures 27 that refain or contain water, wastewater, or similar liquid. 28 B. Install injection material ir� accordance with eraek in�eetion manufacturer's 29 requirements. 3d C. After injecting and curing, v�rify thai injected material per�efrated the crack adequately 31 and tlxat there is na visible leakage through the crack. After injeeting, if crack 32 continues to leak, re-inject crack at no additianal cost to OWNER until sta'ucture is 33 wafertight. 34 D. If proper penetration of crack cannot be achieved, submit to ENGINEER a propased 35 alternate approach far modifying the specifiad injectian procedure to prop�rly seai the 3b cr'ack. In new concre�te ae�d in cancrete cracked as a z'esult of C�NT'RA,CTOR's 37 operations, perform modifica#ions to crack injection procedure and fully z'epair the 38 crack wifhout additional cost to OWNER at extension of the Contract 'I'imes. 39 3.11 SITE QUALI�'Y CONTROL 40 �1.. QWNER will empIay and pay for services of testing �aboratory for Site quality control �41 testing. ENGINEER will direct the number of tests and specirnens required, including 42 providing necessary materials far makitag and facility for storing test specimens. CLTY OF FORT WORTH WESTCRE�K CHAI�N�L MAiiVTENANCE C1TY PRp.IEC'F' NO. l 03060 0393d - IQ REPAIR ANB REPLACEMENT OF CAST IN-PLACE COlVCRETE Page l0 oF ID 1 CONTRACTOR sha�l make standard compression t�st specimens as specified in this 2 Section under the observation of ENGTNEER. CONTRACTOR shall provide: 3 l. Neeessary assistance required by ENGINE�R. 4 2. All labor, material, and equipment requir�d, including rods, molds, thermomeier, 5 curing in he�.ted storage box, and all ofher incicientals required, subject ta approval 6 by ENGINEER. 7 3. Al! nece�sary storage, curing, and transportation required for testing. S 4. C0�ITRACTOR will be chatged for cost of additional testing and investigation, i� 9 any, for Work performed that is not in accordance with th� Contract Documents or IO is otherwise defective. 11 B. Site Tests of Cemeni-based Grouts and Repair Mortar: 12 I. �btain compression tast specimens during canstruction from first placetnent of 13 each type of mortar or �rout, and at inter�als th�reafter as selected by ENGINEER, 14 to verify compliance with the Contract Docutz�ents. Specimens will ba rr�ade by 15 ENGINEER or ENGINBER's representative. 16 2. Campression tests and fabrication of specimens far repair mortar and nan-sY�'ink 17 grout will be perfozmed in accordance with ASTM C109. Set of three specimens 18 will be made far each test. Tests will be rr�ade at seven days, 28 days, and 19 additional time periods as deemed appropriate by ENGINEER. 20 3. Nlatarial, already �alaced, failing to conform to the Gontract Doeuments, is 21 defective. 22 C. Repair Concrete: Repair concrete shall be tested as required in Section Q3 3Q 00, Cast- 23 In-Place Cancrete. 24 END OF SECTION CITY O� FORT WqItTH WESTCREEK CHAiJNEL MAINTSNANCE CITY PROJECT NO. 1436C0 o� 3� on - t CAST-IN-PLACE CONCRET$ Page 1 of25 SECTION U3 30 00 CAST-IN-PLACE CONCRETE PART 1- GENERAL 1.1 SUMMARY A. Seetion Includes: I. Cast-in place concrete, including formwark, rainforcement, concretemat�rials, mixture design, pIacement procedures and finishes, for the following: a. Piers b. Footings c. Slabs-orngrade d. Faundation wails e. Retaining wails (non T�OT) fi: Suspended slabs g. Blocking h. Cast-in-place rnanholes i. Concrete vaults for meters and valves j. Concrete encasement oiutility lines B. Deviations from this Ciiy of F`ort Worth Standard �peciiication 1. Concrete toe installation is ca�sidered per Iinear foot (LF) at di�£erent eIevations as shown in the Bid Proposal Form. C. Related Specifieation Secfiions include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forrns and Condiiions of the Contract 2. Division I— General Requirernents 1.2 PRICE AND PAYMENT PROCEDURES A. Cast-in-Flace Concrete 1. Measurement a. This Itern is considered subsidiary to the structure or Items being placed. 2. Payment a. The wark perfortned and the materials furnished in accordance with this Ttem are subsidiai•y to the structure or It�ms being placed and na other compensation will be aliowed. 1.3 REFERENCES A. Def nitions Cementiiious Materials a. Portland cemen# alone or in cQmbination with 1 ar more of the following: 1) Blended hydraulic cezx�eni 2) Fly ash 3) Otherpozzolans +�) Ground granuiated blast-furnace slag CI`I'Y OF FORT WORT�I WESTCREEK CHANNEL MAINTENANCH $TANDARD CONSTRUCTION SPBCIFiGAT[Ol� DpCUMENTS C1TY PR07ECT NO, L03060 RevisetE December 2D, 2012 Fdp�nje.cts1031 BIOfi7-0119 DesignM19A Prvjaet Menual_Speci5eaFionstl00%5bN �31�3 30 DD CasFimPlate Concrete.da� 033a40-2 CAST-IN-PLACB CONCT2ETE Page 2 of25 5) Silica fume b. Subject to compliance with the requiretnents of this specification B. Reference Standards 1. Referenca standards cited in this Speci�cation refer to the curreni reference standard published at the time af tiae latest revision date logged at the end of this Specificatlon, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTQ): a. MI82, Buz'lap Cloth Made from Jute or Kenaf 3. Arnerican Concreta Institute {ACI): a. ACI 117 Specification far Tolerances for Concz'ete Gonstruction andMaterials b. ACI 301 5pecifieations for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 5#andard Speciiication for Cold Weather Concreting e. AC� 3Q8.1 Standard Specification far Curing Concrete f. ACI 31 S BuiIding Code Requirements for Structural Concrete g. ACI 347 Guide to Farmwoz'k for Concrete American Tnstitute of Steel Const[uction (AISC): a. 303, Code of Standard Practice for Steel Buildings and �ridges. c_ d. e. f. �• h. i. J- �. I. m. n. o. P� q• ASTM International (ASTM): a. A36, 5#andard Specification for Carbon Structural Stee1. b. A153, Standard Speciiication for Zinc Coating (Hat-Dip} on Iron and St�e1 Hardware. A193, Standard 5peeificatian foz' Alloy-Steel anci Stainless Stee1 Bolting Materials for High-Temperature Service and Other Special Purpose Applicatiions. A615, Standatd Specifcation for Deformed and Plain Carbon-Steel Sars for Concre�e Reinforcement. A70�, Standard Specification far Low-A11oy Steel Deforzr�.ed and Plain Bars for Cancrete Re�nforcement. C3I, Standard �'z'act�ce for Making and Curing Concr�te Test Specimens in the Fie�d. C3�, Standard Specification for Concrete Aggregates. C39, Standard Test Method for Cornpr�ssive Strength af Cylindrical Concrete Specimens. C42, Standard Test Method for O�taining and Testing Drilled Cores and Sawed �eams of Concrete. C94, Standard Speci�ication fox Ready-Mixed Conerete, C109, Standard Test Method for Compressive Strength of Hydraulic Cem�nt Mortars (Using 2-inch or �50-milimeter] Cube Specimens) C 143, 5tandard Test Metk�od for 51ump of H�draulic-Cement Concrete. C171, Standard Specification �or Sheet Materials for CuringCancrete. CI50, S#andard Specification far Aortland Cement. C I72, Standarcf Prac#ice for Sampling Freshly Mi�ed Conerete. C219, Standard Terminology Relaiing tn Hydraulic Cement. C231, Standard Test Method for Air Content of Freshjy Mixed Concrete l�y the Pressure Methad. C1TY UH FORT WORTH STANDAfiD CDNSTRUCTIOIV SPECIFICATION DOCUIvIENTS Rwised December 20, 2012 WESTCR�EK CHAI+INE1. MAINTENANCE CIT�C PROJECT NQ. 1030bU F:Sprojeets103181p67-0114 Desi�n[9-4 Prajeet Manuel_Speci&calionsl100°lo1AIV 03103 3090 Casl-in-Flace Canmete.docc 0330pU-3 CAST-IN-PLACE CQNCRETE Page 3 of25 r. C260, Standard Speciiicatian for Azr-Entraining Admixtures fo;r Concrete. s. G309, Standard Specificatian far Liquid Membrane-Forming Cam.paunds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Conerete. u. C618, Standaz'd Specification for CoaI Fly Ash and Raw ar Calcined Natural Pazzolan for Use in Concrate. v. C881, Sfandard Specification for Epoxy-Resin-Base Bonding 5ystems for Ca�crete. w. C�89, Stanc�ard Specification for Ground Granulated Blast-Furnace �lag for CJse in Concrete and Mortars. x. C 1017, Standard Specif'ication for Chemical Adcnixtures for YTse in Producing Flowing Concrete. � y. C1059, 5tandard Specification for Latex Agents for Bonding �`resh to Hardened Concrete. z. C 1 Q64, 5tandard Test Method far Temperature of Freshly Mixed Hydraulic- Cemen# Concrete. aa. C124D, Standaz'd Specification fQr 5ilica Fume Used in Cementitious Mixtures. bb. EI 155, Standard 'i'est Method for Determining FF Floar Flatness and FL Floor Lavelt►ess Nurnbers. cc. F436, Standard Specification for Hardened Steel Washers. 6. American Welding 5ociety (AWS). a. D1.1, Structural Weldir►g Code - Steel. b. D1.4, Structural W�lding Cade - Reinforcing Steel. 7. Concrete Rein%rcing Steel Institute (CRSI) a. Manual oi Standard 1'raetice 8. Texas Depastment of "I't'anspartation a. Standard Speci�cation for Construction and Maintenan�e of Highways, Streets and Bridges 1.4 AD�MiNISTRATIVE REQUIREMENTS A. Work included 1. Design, fabrication, erection and siripping of foritzawork for cast-in-place concrete including shoring, reshoring, falsework, bracing, proprietary forming s}rstems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessaries. a. Erection shall include installation in formwork of items furnished byother trades. 2. Furnish all Iabor and materials required to fabricate, deliver and ivastall reinforcement and embedded metal assemblies for cast-in-place canerete, including steel bars, weIded steel wu'e fa6ric, ties, supports and sl�eves. 3. Furnish all Labor and materials xequired to perform the follawing; a. Cast-in-place concrete b. Concrete mix designs c. Grputing C1TX OF FORT WORTII WESTCREEK CIiANNEL NfA1TITENANCE STANDARD CONSTRUCTIQN SPECIF1CATiON DOCUMENTS CITY PR0IBCT NO. 103Q60 Revised December 2d, 2D12 �;lpmjecls5ff1161067-0159 Designl9h P�ojeet Manual_Specitications1100°le1b1V 03103 30 90 Cest-in-Pleee Canerete.docz 03 36 00 - 4 CAST-IN-PLACE CONCRETE Page 4 of25 1.5 SUBMITTALS A. Submittals sha11 be in aecordance with Section O1 33 Q0. B. All submittals shall be approved by the City prior to delivery andlor fabricationfor speeials. 1.G ACTION SUBMITTALSIINFORMATXONAL SUBMITTALS A. Product Data I. Requlred for each type of praduct indicated B. D�sign Mixfures 1. For each concz'ete mixtur� submit proposed mix designs in accordanee with ACT 31$, chapter 5. 2. Submit each proposed mix design with a record of past perfortr�ance. 3. Submit alternate desigr� mixtures when characteristics of a�atexials, Projeet condi- tions, weather, test results or other circumstances �varrant adjustments. 4. Indicate amounts of mixing water to he witk�laeld far later addition at Project site, a. Include this quaniity on deiivery ticket. C. Steel Reinforce�nent Submittals for Information l. MiII test eertificates of supplied concrete reinforcing, indicating physical and chem- ical anafysis. L7 CLOSEOi1T SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A iirm experienced in manufacturing ready-mixed concrete products and thai com- plies with ASTM C94 requirements %r production facilitias axzd equipment 2. Manufacturer certified according to NRMCA's "Certification af Ready Mixed Concrete Production Facilities" B. Source Liznitations ]. Obtain each type or class of cementitious material of the satn.e brand from the same manufacturer's plant, obtain aggregate from 1 source an.d obtain admixtures through 1 source from a single rna�tufacturer. C. ACI k'ublicatians I. Comply wi�h the following unless modified by requirernents in the Cantract Docu- ments: a. ACI 301 See�ions l thrnugh 5 b. ACI 117 D. Concrete Testing Service 1. Engage a q�aliiied independent testing agency to perform material evaiva�ion tests. C1TY OP FOKT WO1�TH WESTCREEK CHANNSL MAINTENANCE STANDARD C01+35TRUCTION SPECIF[CATION DOCiJMENTS CITY PROIECT NO. 103060 Ctevised Decamber 20, 2012 F:lprojectsl03I85067-OI59 Desi�14-4 Project Manual_Specifications430011D[V 09503 3n 00 Cest-in-Ylace Conerete.danc 033000-5 CAST-IN-PLACE CQ]VCRET$ Page 5 of 25 l..1.0 D�LNERY, STORAGE, AND HANDLING A. Steel Reinforcemet�t 1. Deliver, store, and handle steel reinforcement to preveni bending at�d damage. 2. Avoid damaging coatings on steel reinforcement. B. Watersto�s 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other conta3min.ants. 1.11 FIELD CONDITI4NS [NOT U�ED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 �WNER-FURNISHED OR �WNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mac�ufacturers 1. In other Part 2 articles where titIes belo�v intraduce lists, the follawing requirements apply to product selection: a. Available Products: S�bject to complianee with requirernents, products that may be incorporated into the Work include, but are nat limited to, products specified. b. Available Manufacturers; Subject to comp�iance with requirements, mar�ufacturers of�ering products that rnay be incorporated inta the Work include, but are not limited to, manufacturers speciiied. B. �'orm-Facing Materials 1. Rough-Farmed Finished Concrete a. Plywood, lumber, metal or anoth�r approved materia] b. Pravide lumber dressed on at least 2 edges and 1 side for tight ft. 2. Chamfer 5trips a. Wood, metal, PVC or rubber stz'zps b. 3/4-inch x 31a-inch, minimuzn 3. Rusticatian Strips a. Wood, metal, PVC ar rubber strips b. Kerfed for eas� of fonn removal 4, Form-Release Agent a. Commercially formulated fann-release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall n.ot impair subsequent treatments of concrete surfaaes c. For ste�l form-facing materials, formuiate with rust inhihit.or. 5. Fortn 7'ies CITY OF �'ORT WORTH WE5TC�tEEK CAAt�NEL MAINTENANCE STANDARD CONSTRUCTCON SPECIFiCATION DOCUMENTS C1TX PROJECT tVO. L0306D ltevised Decamber 20, 20I2 F:lpmjects103161067-0119Pesignl9-0FrojectMa�mel $peciEcafions1100%1DIV�31633090Cast-in-PlaeeConereFe.docx q33�(30-6 CAST-IN-PLACE CQNCRETE Page 6 of25 a. Factory-fabricated, removable or snap-off inetal or glass-fib�r-reinfotced plastic form ties designed to resist laterai pressure af fresh concrete anforms and to prevent spalling of cancrete on removal. b. Furnis3� u�its tisal �avill leave no corrodible metal closer than l. inch to the plane of exposed conerete sixrface. e. Furnish ties that, when removed, will leave holes na larger than i inch in diameter in concrete surface. d. Furnish ties with integal water-banrier plates to walls indicated to receive dampproa�ng or waterproofng. C. Steel Reinforcement 1. ReinfQrcing Bars a. AS`I'M A615, Grade 60, deformed D. Reinforcemeni Accessories I. Smnoth Dawel Bars a. ASTM A615, Grade b0, steel bars (smoothj b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening rsinforcing bars and welded wire reinfot'ceznent in pla.ce b. Manufacture bar supports from st�el wire, plasYic ar precast eoncrete according to CRSI`s "Manual of Standard �racYice," oigreater cornpressi�e strength than concrete and as follows: 1) For conerete suriaces exposed ta view where legs af wire bar supporis contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainIess�ste�el bar supports. 2} For slabs-on�grade, provide sand plates, horizontal run�n�rs or precast concrete blocics on bottom where base material will not support chau' legs or where vapar barrier has been speciiied. E. Embedded Metal Assemblies 1. Sie�l Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson Stud Welding Division ar approved equal F. Expansian Anchors 1, Available Froducts a. Wej-it Bolt, Wej-it Co:rpoz'ation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesi�e Anchars and Dowels 1. Adhesive anchors shall consist of t�readed rods anchored with an adhesive systern inta hardened concrete or grout-�lled masonry. a. The adl�esive system shall use a 2-component adhesive mix and shall b� inj �cted with a stati� rnixing nozzle following manufacturer's instructians. CITY OF POR'I' WORTH WESTCREEIC CHAAlNEL MAIN'1'ENANCE STANDARD CONSTRUCTION SPECIFICATION DOCIlMENTS CITY PROJECT7�T0. ]03Q60 Revised December 20, 2U12 F:Yprojecis103181057-0119 Aesign49�i Praject Manual_Specifiwtionst 100�1DN 03103 30 00 Cast-in-Plaee Coneratadoc�c 03 �o 00 - �r CAST-Il�i-PLACE COI�ICRETE Page 7 of25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowabie yield capacity of the rod, unless other�vise specified. Availahle Products a. Hilti HIT HY 15D Max b. Simpson Acrylic-Tie c. Pnwers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM AI93 a. Nuts: AS`I'M A553 hex carbon stesl b. Washers: ASTM F436 hardened carbon steel c. �inish: Hot-dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for a�chorage of materials or equipment to concrete construction where not supplied by ather trades: a. In verticaI concrete surfaces f�r fransfer of direct shear loads oniy, provide adjustable wedge inserts of rnalleable cast iron eomplete with bolts, nuts ancl washers. 1) Provide 3/-inch bolt size, unless othez�wise indicated. b. In horizontal cancrete surfaces and whenever inserts are subject to tension forces, provide ti�readed inserts of nnaIleab�e casi iran fi�rnished with full depth boIts. 1) Pravide 3/a-inch bolt size, unIess otherwise indicated. I. Concrete Mater�als 1. Cemeniitious Material a. Use the following cementitious materials, ofthe same type, brand, and sourca, throughaut Project: 1) Portland Cement a) ASTM C150, Type IIII, gray b} 5upplement with the following: {1) Fly Ash {a) ASTM C61 S, Class C or �' (2) Ground Granulated Blast-Furnace 51ag (a) ASTM C989, Grade 100 or 120. 2} Silica Fume a) ASTM C12�0, amorphous silica 3) Narmal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) M�imum Goarse-Aggregate Size a) 3/a-inch nominal 5) Fine Aggregate a) Free of materials with del�Yerious reactivity to alkali in ceznent 6) Water a} AS`I'M C94 and potable J. Admixtures CITY OF PO�T WpR'TH WE5TC12EEK CHAM�TEL MAIlVTEFVANCE 5i'AAIDARD C01�5TRUCTIdN 5PECIFICATION IaOCUMENT$ CITY PRQJECT NQ, 103pb0 Revised December20, 20l2 P:lpmjecLs101785I167-0119 DesignV9-0 Prqjeet Manual_Specificelians1100�fehDIV Q3103 3U 00 Cact-in-Place Conerele.docx a33aoo-g CAST-I3Y-PLACE COtVCRETE Psge & af25 1. Air-Entraining Admixture a. ASTM C264 2. Chemical Admixtures a. Provide admixtures certified by manufacturer io be campatible with other ad- mixiures and that will not contribute water-soluble chloxide ions exceeding those permit�ed in hardened concrete. 6. Do not use ealeium chioride �or admixtures containing calciutri chloride. c, Water-Redueuag Admixture 1) ASTM C494, Type A d. Retarding Admixt�re 1) ASTM C494, Type B e. Water-Reducing and Retarding Admixture 1} ASTM C494, Type D f. High-Range, Water-Reducing Admixt�re 1) ASTM C494, Type F g. High-Range, Water-Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Reta.rding Admixture 1) ASTM C1017, Type II K. Waterstaps 1. Self-Expanding Butyi 5trip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 4�entqnite or ather hydrophilic polymers, for adhesive bonding to concrete,'/4- ineh x 1-inch. b. Availabl� Products 1} Colloid Environnnentai `I'echnologies Company; Volclay Waterstap-RX 2} Concrete Sealants Inc.; Conseal CS-231 3) Gree:nstreak; Swellstop 4} Henry Campany, 5ealants Division; Hydro-Flex 5) ]P Specialties, Inc,; EartE�shield Type 20 b) Progress Unlimited, Inc., Superstop , 7) TCMiraDRI; Mirastop L. Curing Materials l. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Maist�lre-Retaining Cover a. ASTM C 171, poiyethylene film or white burlap-polyethylene sheefi 3. Water a. Potable 4. Clear, Waterbor:ne, Memb�'ane-Forming Curing Compound a. AS`I'M C309, Type 1, Class B, dissipating b. Available �roducts 1} Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe-Cure Clear CtTY OF FDRT WORTH WESTCREEK CHAMI�TEL ZvJA1NTENANCE STANDARD CONSTRI}CTION SPECIFICATION DQCUMENTS CITY PK03�CT 3Y0. Ib3060 Revised Iiecember 20, 2012 F_4pmjects5 03 1810 67-0119 Desqn49-0. Yrojeet Manual_SpetiEications1l00%101V 03103 30 00 Cashin-Place Conerete.doea 03 so �a - 9 CAST-iN-PLACE CQNCRETE Page 9 of25 4) Conspec Mark�ting & Manufacfuring Co., Inc., a Dayton 5uperior Company; W.B. Resin Cure S) Dayton Superior Corparation; Day Chem Rez Cure (J-11-�4J} 6) Euclid ChemicaI Company (The); Kurez DR VOX 7) Kaufman Praducts, Inc.; Thiniilm 420 8) Latnhert Corporation; Aqua Kure-Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Tnc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporafzon, a Dayton Superior Campany; Resi-Chem C1ear Cure I3) Tamtns Industries, Ine.; Horneure WB 30 I4) Unitex; Hydro Cure 309 15) US Mix Products Company; U5 Spec Maxcure Resin Clear 16) Vexcan Chemicals, Inc.; Certi-Vex Enviocure I04 M. Reiated Materials 1. Bonding Agent a. ASTM C105R, butadiene Type II, nan-redispersible, acryiic emulsion or styrene 2. Epoxy BandingAdhesive a. ASTM C881, 2-component epoxy resin, capabie of humid curing and bonding to damp surfaces, of class suitable fax applicatian temperature and of grade to suit requirements, and as follows: 1) Types I and II, non-load bearing 2) IV and V, loaci �earing, for bonding 3) Hardened or freshly mixed concrete io hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvan.ized steel sheet b. Temporarily �11 or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chIaride pipe, �ber tubes ar waod 5. Nails, Spikes, Lag Bolts, Through Boit�, Anchorages a. Sized as required b. Shall be of strength astd charaeter to maintain formwork in place while piacing eoncrete N. Repair Materials 1. Repair Underlayment a. Cement-based, palymer�modified, se�f-leveling product that can be applied in thicicnesses af l/$ inch ar greater 1) Do not feather. b. Cement Binder 1} ASTM C150, portland cement or hydraulic or hlended hydraulic cement as defned in ASTM C2I9 c. Primer CITY OF FORT W�RTI-1 STANDAR� CONSTRUCTION SPECIPICATION DOCUMENTS 12evisad December 20, 2d l2 WESTCREEIC CHANNEL IvIAINTENANCE CITY PRO]ECT NO. I03Q50 F:lprojec[55 0 3 1 810 67-0 119 �esignl9hProjeel Manual_Speeifieations1100%i➢IV 03103 3000 Cag4in-PlaceConerete.docx 033000-1D CAST-IN-PLAC� COI+ICR�i'1"B Page l0 of25 1) Product af underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recornrnended by ut�derlayment manufacturer e. Compressive St�ength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Qverlayment a. Game�zt-based, poly�er-m4dified, self-leveling prod�act that can b� applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement ar hydraulic or blended hydraulic cement as defned in ASTM C219 c. Primer 1) Product of topping manufacturer r�conamended for subsYrate, conditions, and application d. Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by tappi�g manufacturer e. Compressive Strength 1) Nat less than 5Dp4 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General Prepare design mixturas for each type and strength of concreie, proportioned onthe basis of laboratory trial mixture or iield test data, or hoth, according to ACI301. a. Required average strength above specifed strength I} Based on a racord of pas# pez�ormance a) Determinaiion of required �verage strength above speci�ed strength shall be based on the standard deviatiott recard o�the results af at least 30 consecutive strengtl� tests in accordance with ACI 318, Chapter 53 by the larger amount defined by �'ormulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a} Proportions shall be selected an 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 theamount de�ned in table 5.3.2.2. 3) Proportions of ingredients far concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) Far each propgsed mixture, at least 3 compressive test cylinders shall be made and tested far strength at the specified age. a) Additional cylinders may be made for testing for infarmation at earIier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementiYious materials other than portland ce- meqt in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FbRT WORTH W�.STCR��K CHANN�I. MAINTENANCE STAHDA�tD CONSTRUCTION SPECIF�CATION DpCi]MEN'I'S C!'['Y Yi2�d�C'I' NO. 1 D3060 Revised December 2Q 2012 F:Ipmjeets\03181L16T-�1Y9 ➢erign59-0 Project Manual_SpeciEcations11q0%1A1V O1103 30 00 Cast-in-Flace Concrele.docx o��oaa-ii CAST-IN-PLACE CONCItETE Page I 1 of 25 3. 4. Comhined Fly Ash and Pazzolan: 25 percent Ground Granuiated Blast-Furnace Slag: 50 percent Combin�d Fly Ash nr PnzzoIan and Ground GranuIatad Blast-Furnac� Slag: 50 percent Partland cernent minimum, with fly ash or pozzala.r► not exceeding 25 per- cent Silica Fume: 10 percent Corr;bined Fly Ash, Pozzolans, and 5ilica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fiune not exceeding 1Q per� cent Combined F1y Ash or Pazzolans, Ground Granulated B1ast-FUrnace Slag, and Silica Fume: 50 percen� �ith fly ash or pozzolans not exceeding 25 percent and silica fume nat exceeding 10 percent �� 3) 4) S) 6) 7) 8) Limit water-soluble, chloride-ian cc�nLent in h�rdened concreie io: a. �.30 percent by weight of eement if concrete will have no exposure to chlorid�s (typical} b. 0.15 percent by weight if concrete wilJ be exppsed ta chlorides c, l,Q percent by weight if cancrete will have no exposure to chlorides and will be continually dry and protected. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Da not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water-reducing high-range water-reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water-reducing and retarding admixture when required by high temperatures, law humidity ar other adverse placeznent conditioas. e. Use water-reducin� admixture in pump�d concrete, cnncrete for haavy-use industrial slabs and parking structure slahs, concrefe required to be wateriight, and cot�crete with a water-cementitious materials ratio beIow 0.5d, f. Use corrosion-inhibiting adrnixture in cancrete mixtures where indicated. P, Concrete Mixtures 1. Re%r to TxDOT "Standard Specifieations for Construction and 1Vlaintenance of Highways, Streets, and Bridges" %r: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal-w�ighi coner�te rnixture as follovvs: a. Mznirnum Cozr�pressiv� Strength: 3,000 psi at 28 days b. Maximurn Water-Cementitious Materials Ratio: 0.50 c. S�ump Limit: 5 inches or 8 inches far concrete with veriiied slump of 2 to 4 inches before adding high-ranga water-reducing admixture or plasticizing admixture, pius or minus 1 inch d. Air Content: 6 percent, plus or rninus 1.5 pei•cent at point of delivery for 3/4- inch nominal maximum aggregate size Q, �'abricating Reinfarcement C1TY OF FORT W�RTH 5TANpARD CaNSTRUCTIOI+I SP�CICICATION DOCUMENTS Revised 17acember 2U, 2U 12 WE3TCREBK CFiANi�fEL MAINTENANCE CI7'Y PR07ECT NO. ]03060 F:lprajec�s103181067-0I191]esigni9-0 Project Manval_Spaci£ications1T00%,1Dry 034p3 30 00 Cast-in Vlace Conereiadocx 03 30 00-12 CAST-IN-PLACE COIVCRET$ Page 12 af25 1. Fabricate steeI reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Emhedded Metal Assemblies 1. Fabricate metai assemblies in the shop. HQles shaIl be mad� by drilling ar punching. Holes shall not be made by or enlax�ed by burning. Welding shall be in accordance with AWS D1.3. 2. Metal assemblies expas�d to earth, r�eather ar moisture shall iae hot dip galvanized. AIl other metal assemblies shall be either hot dip galvanized or painted with an epaxy paint. Repair ga.lvanizing af�er weIding with a Cold Galvanizing compaurid installed in accordance t7aath the manufacturer's instructions. Repair painted assemblias after welding with same type of paint. S. Concrete Mixing 1. Ready-Mi�ed Concre#e: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish hatch ticket information. a. When air temperature is betwean 85 and 90 degrees Fahrenheit, reduce rni�ng and delivery time from 1-1/2 hours to 75 minutes; when air teampez'ature is above 90 degrees Fahrenheit, reduce mixing and delivez`y time to 60 rninutes. 2. Projeet-5ite Mixing: Measure, batch, and mix concrete materials an.d canerete according to ASTM C94/C94M. Mix concrete materials an appropriate drum-type batch �achine mixer. a. For rr�ix�r capacity af 1 cubic yard or smaller, continue mixing at least 1-112 minutes, but nnt more than 5 minutes aftar ingredients are in rnixer, before any part of batch is released. b. For mi�ez' capacity larger than 1 cubic yard, inerease mixing time by 15 seconds far each additionai I cubic yard. e. �'rovide batch ticket �or each batch discharged and used in the Work, indicating Project identificatian name ar�d n�mber, date, mixtuta type, miacture tinne, quantity, ar�d arr�ount of water added. Record approxizzxate location of final deposit in structure. 2.3 ACCESSORYE� [NOT USED] 2.4 SDURCE QUALITY CONTRUL jNOT USED] PART 3 - EXECUT�ON 3.I XNSTALLERS [NOT 1TSED] 3.2 EXA.MINATION [NOT iTSED] 3.3 PREPARATXON [NOT i1SED] 3.�4 INSTALLATION A. Farmwork 1. Design, erect, shore, brace, and maintain fot�nwork, accprding to ACI 3�1, to support verticai, lateral, static, aatd dynarn.ic laads, and construction loads thatmight be applied, until structure can support such loads. C1TY OF POAT WORTH WESTCREEK CHr1NN�.L MAINTENAI�CE STANDARD CQNSTRLTCTIQN SPECI�ICATIQN I70CUMEN'I'S CITYPR07ECTN0. 1p3U60 Revised DecemUer 2�, 2Q12 F:Vprojects10118WC>7-0119 Designl9-4 Proiccl Manual_Specificapons1100%1DFV 07507 30 00 Cast-in-Place Conerete.dacx D33D60-13 CAST-IN-PLACE CONCRETE Page 13 of25 2. Construct formvvork so concrete members and structures are of size, shape, aIign�n�nt, elevation, and position indieated, within tolerance liffiits of ACI 117. a. Vertical alignment i) Lines, surfaces and ar�es less than SOD faet in heigh.t - 1 inch. 2) Dutside corner of exposed corner columns an.d eontrol jaints in conerete expased to view less than 100 feet in hertght - 3/2 inch. 3) Lines, surfaces a�td arises greater than 100 feet in height - 111000 times the heighi but not more t�an b inches, 4) Outside corner of exposed carner columns and control jaints in concrete exgosed to view greater than 140 feet in height - 112000 tlmes the heighi but not naore than 3 inehes. b. Lateral alignment I) Members - 1 inch, 2) Centerline of openings 12 inches or smaller and edge locaiion of larger openings in slabs - 1/2 inch. 3) Sawcuts, jaints, and weakened plan� embedzz�ents in. slabs - 3/4 ineh. c. Level alignment 1) Elevation of slabs-on-grade - 314 inch. 2} Elevatian of top suriaces o� forzned slabs before removal Qf shores - 314 inch. 3) Elevation af formed surfaces befare removal of shores - 314 inch. d. Cross-sectianal dimensians: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimensian or less - plus 1/2 inc� to minus I14 inch. 2) Greater than 12 inch to 3 foot diritensian - plus I/2 inch to minus 3/8 inch. 3) Greaier than 3 foot dimension. - plus 1 inch to minus 314 inch. e. Relative alignmeni 1} Stairs a} Difference in hei�ht between adjacent risers - 118 inch. b) Difference in width between adjacent treads - 114 inch. c) Ma�cimuzn differen�e in height between risers in a flighi of stairs - 3/8 inch. d) Maximum difFerence in width between treads in a flighi af stairs - 3/$ inch. 2) Groo�es a) Specified width 2 inches or less - 1/8 inch. b) Speci%ed width �etween 2 inches and I2 inches - 1/4 inch. 3) VerticaI alignment of ouiside com�r nf a�posed corner columns and control joint grooves in concrete,exposed to view - 1/4 inch in l0 feet. �) All other conditions - 318 inch in 10 feet. 3. Limit concrete suriace irregularities, designaied by ACI 347R as abru�at or gradual, as follows: a. Glass B, 1/4 inch for smooth-formed finished surfaces. b. Class C, 1/2 inch for rough-formed finished surfaces. 4. Construct f�rms tight enaugh to prevent loss of concrete mortar. CITY OF FOAT WQRTiT WESTCREEK CHANNEL IvIAINTENAAICE STANDA1tD CONSTRUCTION SPECIFICATIDN DOCLTMENTS CITY PROJECT NO. 1 D3060 Revised December 2tl, 2012 P�4projeciy103181067A119llesignl9d Projeet iv[anuel_Specificatian�100°h5�1V 031D3 30 00 Cast-in Place Concreie.docx 03 30 00-14 CAST-TPT-PLACE CONCRETE Page 14 of25 5. Fabricate fonns for easy removal without hammering or prying against concreie surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Pravide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recess�s, and the like, for easy removal. b. Do not use rust-stained stea! form-facing rnaterial. 6. Set edge forms, bulkhead5, and interrnediate screed s�rips for slabs ta achieve z'equired ele�ations and slopes iz� finished concrete surfaces. Pravide and secure units to suppart screed strips; use strike-off templates or compacting-type screeds. 7. Construct formvaork to cambers shown or specified on the Drawings to allow fa� structural deflection of the hardened concrete. Pravide additional elevation or camber in formwark as required for anticipated formwork deflections due to weigh� �nd pressures of concrete and construction ]nads. S. Foundation Elements: Form the sides of a11 below grade pflrtions of beams, pier caps, wails, and columns straight and to the lines and grades speciiied. Do no earth form foundation elements unless speciiically indicated on the Drawings. 9. Provide temporary openings for cleanotrts and inspection ports where interior area of fonnwork is inaccEssible. Close openings with panels tigk�tly �kted to forms and secur�ly braced to prevent loss of concrete mortar, Locate temporary openings in fozms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently e�osad concrete. 11. Form openings, chases, affsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads cequired in the Wark. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and ather debris just 6efore placir� concrete. l3. Retighten forms and bracing before placing concrete, as required, to preventmortar leaks and maintain praper alignment. l�. Coai contact surfaces offorms with forrn�release agen�, according to rr�anufacturez''s wriiien instructions, before placing reinforcement, artchoz'ing de�iccs, ar�d embedded items. a. Do not apply forrrE release agent where concrete surfaces are scheduled to receiv� subsequent finishes which may be affected by agent. Soak con#aet surfaces o� Lintreated fortns with clean water, Keep surfaces wet prior to placing concrete. B. Embedded Items Piace and secure anchorage devices and other ernbedded items required for adjolni�.g work that is attached to or supparted by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directians fumished with items ta be embedded. a. Install anchor rods, accurately located, to elevations required and complying witI2 tolerances in �ISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2} Location of bolt group (center): %z inch 3) Rotatian of bol# group: 5 degrees Cl'I'Y OP FOIt'E' WOR'1'H WESTCFZEEK CHANNEL NfAINTENANCE STANDARD CpNSTRUCTIqN SPECIFICATION DbCilMeNTS CITY PROdECT NO. 103D60 Aevised December 20, 2012 F:Ipmjects103181067•0119 E)esignl9-0 Projeel Maz�aal_SpecificatiansS100%1Dry p3103 3p 00 Cast•in-Place ConCrete.dorac 03 30 00 - 1S CAST-IN-PLACE CONCRETE i'age 15 of25 4) Angle off verti.cal: 5 degreas S} Solt pro�ection: � 3/$ inch b. Install reglets ta receive waterproofing and to receive through-wall flashings in outer face of concrete frame at exteriar waIIs, where flashing is shown atlinteis, shelf angles, and other conditions. C. Removing and Reusing Farms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulaYively c.uring at not less than 50 degrees Fahrenheit for 2� hours after placing concrete, if concrete is hard enough to not be damaged by form-removal operations a�nd curing and protection operations are maintained. a. Leave formwork for beam soffits, joisis, slabs, and other structural eIements that supports weight oiconcrete in place until concrete has achieved at least 70 percen� of its 28-day design compressive strength. b. Do not remove formwork suppnrting con�entionally teinfarced concrate un�.l concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall rernain in place until the concrete has cured at a temperature of at least 50 dega'ees Fahrenheit far the minimum cumulativetime periods given in ACI 3�17, Section 3.7.23. Add the period oftime when the surrounding air temperature is beiow 50 degrees Fahrenheit, to the minimum listed tirrie period. Farmwork for 2-way conventionally relnforced slabs shall remain in place far at least ihe minimum cumulative time periods s�ecified for I-way slabs af the same maYimum span. c. Immediately reshore 2-way cnnventionalIy reinforeed slabs aftar formwark removat. Reshores shal! remain until tha concrete has attained the specified28 day compressive strength. d. Minimurn cuzn.ulative curing times rnay be reduced by the use of high-early strength cement ar forming systems whic� a11ow form remaval without disturbing shores, but only after #he Contractor has demonstrated to the satisfacfion of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elaments. e. Completely remove wood forms. Provide temporary openings if required. f. Pro�ide adequate metl�ods of curing and thermal protection of exposed concrete if forms are removed priar to completion of speciiied curing time. g. Reshore areas required to support construetion loads in excess of 20 pounds per square foot to properly distribute construction loading. Cons�tuction loads up to the rated live load capacity may be placed on unshored constructton provided the concrete has attained the speci�'ied 28 day compressive strength. h. Obtaining concre�e compressive stren�th tests for the purposes of faz7mrernnval is the responsibility of the Contractor. i. Ramave fortns anly if shores have been arranged to permit re�noval offorms without loosening ar disturbing shares. CITY OF FORT WORTH WESTCREEK CHANNEL MA�IT�NANCE STANDARD CONS'Cl2UCTIOhI SYECIFICATION DOCilMEI+1TS C1TY AR07ECT NO. 103D60 Revised December 2p, 2Q12 F;VprOjects\U3161067-0l14 Desigpl9-4 PrOject Manual_Specificalionsllpp°�o1�N 07197 3 0 00 Caqt-in-Ylace Concrete.docx 033QQ0-16 CAST-IN-PLACE CONCRETE Page 16 af25 3. Clean and repair surfaces of forms ta be reused in the Wark. Split, frayed, delaminated, or otlaerwise damaged farrn-faeing znaterial will not be acceptabla for exposed surfaees. Apply new form-release agent. 4. When forms are reused, clean surfaces, remove f�ns and laitance, and tighten io close joints. Align and secure joints to avoid offsets. Da not use patched forms for expased concrete surfaces unless approved by Engineer. D. Shores and Reshores I. The Contractor is solely responsible for proper shoring andreshoring. 2. Comply with AG� 318 and ACI 30i for design, installation, and removal of shoring and reshoring. a. Dn not remo�e shoring or reshoring until measurement of slab talerances is compiete. 3. Plan sequence of removal af shores and reshare to avaid damage to concrate. Locate and pravide adequate reshorzng Yo support constructzon without excessive stress or deflection. E. Steel Reinforcement 1. GeneraL• Comply with CRSI's "Manual of Standard Practice" far �lacing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vap4r retarder before placing concrete. 2. Clean reinforcement of loase rust and rnill scaIe, earth, ice, and otherforeign maierials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reir�%rcement with har supports ta rnaintain min'vnum cancrete cover. Do not tack weld crossing reinforcing bars. a. `VVeld reinforcing bars accordin� to AWS DI .4, where indicat�d. Only ste�l 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: �318 inch 2) Members mare than 8 inches dee�: �1/2 inch b. Concrete Cover to Formed ar Finished Surfaces: �3/8 inches for members 8 inches deep or less; f112 inches for members over 8 inches deep, except that tolerance for cover shall not exceed I/3 of the specified cov'er. 5. Concrete Cover a. Reinforcing in structural el�ments deposited against the ground: 3 inches b. Reinforcing in farrned beams, enlumns and girders: 1-112 inches c. Grade beams and exterior face of foj�tned walls and columns exposed to weather or in contact r�vith the ground: 2 inches d. Interior faces of walls: 1 inche� 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 dacuments. Do not lap splice no. 14 and 18 bars. CITY OF FQRT WORTFI W�STCKEEK CI3ANNEL MAINTENANCS �TANDARD CONSTRUCTION SPECIPICAT[ON 170CUMENTS CITY P3iOlECT 1V0. 10306� Revised Decem�er 20, 2012 F:Sproja�s1031810fi7•O114 Designl9-A Praject Menual_Speeificatiansllaa°Jo1D1V 03\03 30 DO Cast-irt-Place Canaeu.doac 03 30 40 - 17 CAST-IN-PLACE CONCRETE Page i7 af25 7. FieId Welding of �rr�bedded Metal AssembIies a Remave all paint and galvanizing in areas ta receiva field welds. b. Field Prepare all areas where paint or �alvanzzir�g has been removed vvith the specified paint or cold galvanizing compound, respectively. F. Joints 1, General: Construct jaints true to lina with faces perpendicular to surface planeaf concrete. 2. Canstt'uction Joints; InstaII so strength and appearance af concrete are not impaired, at locatians indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction jflints, unless Qtherwise indicated. Do not continue reinfarcement through sides oi strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inch.�s into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle ihird afspans. Offset joints in girders a minimum distance oftwice the beam width from a beam-girder intersection. d. Locate horizantal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. I.pcate joints beside piers integral with rualls, near corners, and in coneealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. DoweIed Joints. Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-I12 of dowel Iength to prevent concrete bonding to 1 side oijoinfi. G. Waterstops 1. Fle�ble Waterstops: Install in constructian joints and at other jnints indicated ta form a cnntinuous diaphragm. Instail in longast lengrhs practicable. Support and protect exposed �aterstQps during progress of the Work. Field fabricate joints in waterstops according to r�aanufacturer's written instructions. 2. Self-�xpanding Strip Waterstops: Instal] in constructian joints and at other lacatians indicated, according to manufacturer's written instructions, adhesive bonding, rnechanically fastening, and firmly pressing into place. Install inlongest lengths practicable. H. A�lhesive Anchors 1. Comply wit�i �he manufacturer's installation instructions on the hole diameter and depth required to fially develop the tensile strength of tI1e adhesive anchor or reinforcing bar. 2. Properly clean out the hole utiIizing a wire brush and compressed air to removealI loose material from the hole, prior to installing adhesi�e material. L Concrete Placement 1. Before placing concrete, verify that installation of fortnwork, reinforcement, and embedded items is complete and that renuired inspections have been performed. CITY OF FORT WORTH WESTCKEEK CHANNEL MRINTENANCE 5TANDARD CONS`f'l2UC'I'lOAI SPECiFICATION DOCilMEA1TS CITY PRQJECT NO. 1030bD Revised December2fl, 2fl12 F;Vprojeets10318\067-0119 Designl4d P[oject Manual Specificeliansl[p0%1D[Y 035013D OO Cast-in-Plece Concrele.dacx 03 30 00-18 CAST-IN-PLACE CONCIiETE Page [8 of25 S. � 2. Do not add water io concrete durin� delivery, at 1'roject site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water inay be added at Froject site, subject to limifations of ACI 301. a. Do not add watez' to concrete after adding high-range water-reducing ad�nixtures to mixture. b. Do nat exceed the m�imum specified water/cement ratio for the mix. Depasit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on cancrete that Mas hardened enough tn cause saams or planes of weakness. If a section cannot be piaced continuausly, provide construction joints as indicated. Deposit concrete to avoid segr�gation. a. Deposit concrete in horizontal layers of dapth to not exceed formwork design pressures, 15 feet maximum and in a manner �o avoid inclined constr�zctian joints. b. Consolidate placed concrete with mechanical vibrating equiptnanY according to ACI30l. c. Do nat use vibrators to �ranspor� concrete inszde foz'�ns. Insert and withdraw vibratars vertically ai unifqrmly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into Iower layers of concrete that have begun to lose plasticity. At eachinsertion, limit duration of vibration io iime nec�ssary to consolidate concrete and complete embedment of reinforceinent and oYher• embedded items withaut causing mixture constituents to segregate. d. Do not germit concrete to drop freely any distance greater than 10 feet for concrete containing a high range wafer reducing adinixture (superplasticizer} or 5 feet %r other concrete. Provide chute or tremie to place concrete where long�r drops az`e necessary. Do not place cpncrete into excavations with standing wat�r. Cf place of deposit cannot be puinped dry, pour concrete through atrernie with �ts ouflet near the 6ottom of the place of deposit. e. Discard pump priming grout and do not use in the structc�re. Deposit and consolidate concrete for floors and slabs in a continuaus operatian, vvithip lir�its of constructron jaints, until placement of a paneI or section is complete. a. Consalidate concrete during placement operatioris so cancrete is thoroughly warked around reinforcement and other err►bedded iiems and into corners. b. Main#ain reinforcement in position an chairs duz'zng concrefeplacement. c. Screed siab s�.Erfaees with a siraigl�tedge and strike aff to correctelevations. d. Slope surfaces uniformly to drains vrhere required. e. Begin initial fioating using bull �oats or darbies to farm a unifartn and open- textured surface plane, bafar� excess bleedwater appears on the surface. Do not further disturb slab surfaces befare starting finishing operations. Cald-Weather P�acement: Comply with ACI 306.1 and as follov�s. Protect concrete wark from physical damage or reduced strength that could be caused by frost, �reezing actions, or law temperahires. a. When average high and Iow tetnperature is expected to faIl b�low 4Q degrees Fahrenheit for 3 successive days, maintain deliver�d conerete mixture tamperature within the temperature range required by ACI 3 D 1. � CITY OF FORT WORTIi WESTCTiEEK CHA1VIdEL NIAll�T�1�ANCE 5TAN1aARA CONSTRiJCTION 5PECICICAT[OI�I ]70CUMENTS CITY PROJECT NO. I 03060 Revise8 I�ecamber 20, 2012 F:4projetts507 L810 6 7-0 159 Design59-0 Praject ManuaL_Speci6cadansl L�0%1�1V 03103 70 00 Cast-in-Place Cpntteie.docx 03 30 00 - 19 CAST-IN-PLACE CONCRETE Page 19 oP25 b. Do not use frozen materials or materials containing ice or snow. Do not place conceete on fi•ozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, sait, or other materials containing antifreeze agents or chemical accelerators unless otEtervvise speci%ed and approved in mixture designs. Hot-Weather Placement: Cannply with ACI 305.1 and as follaws: a. Maintain cancrete t�mperature below 95 degrees Fak�•enheit at time of piacement. ChilIed mixing water or chogped ice rnay be used to cantrol t��x�peratu:re, provided water equival�nt of ice is calcLilated to toYal amauntof mixing wat�r. Using liguid nitrogen to cool concreta is Cor�tracio�''s option. b. Fng-spray forrns, steel reinforcenn.�nt, and subgrade just before placing concrete, Keep subgrade uniformly tnoist without standing water, so�t spots, or dry areas. J. Finishing �'ormed SLirfaces 1. Rough-Pormed Finish: As-cast concrete texture imparked by form-facing material with tie holes and defects repaired and patched. Reino�e fns and otherprojections that excaed specified Iiinits on forrned-surface irregularities. a. Apply to concrete surfaces not expased to public view. 2. Related Unformed Surfaces: At tops of walls, horizontaI offsets, and similar unformed s�.u�faces adjacent to formed surfaces, strike afF s�noot3� and finish with a iexture matching adjacent formed surfaces. Continue final suriace treatment flf formed surfaces uniformly across adjacent unformetl surfaces, unless otherwise indicated. K. Miscellaneous Concrete Iterns 1. Filling In: Fill in holes and openings left in concrete structiues, unless ntherwis� indicated, a�er work of other trades is jn place. Mix, piace, and cuz'e cancr�te, as specified, to blend with in-place constructian. Provide other miscellaneaus concrete filling indicated or required to complete tihe Work. 2. Curbs: Provide rrionolithic iinish to interior curbs by stripping forrr�s whiie eoncrete �s siill green and by steel-tro�reling surfaces �v a haa'd, dense �aish witi� corners, intersections, and terminations slightly rounded. 3. Equipmant �ases and �'nundations: Provide machine and equipment bases and foundations as shown on I]ra�+ings. Set anchar bolts far machines andequipinent af carrect eievations, camplying with diagrams or templates fro�n manufacturer furnashing inachines and equipment. a. Hou,sekeeping pads: Nnrrnal w�ight concrete (30�0 psi), rein�arced with #3QI5 incltes an center set at iniddepth of pad. Trowel cancrete to a dense, smoath finish. Set anchar bolts for seeuring meehanical ar electricalequipment dvring pouring of concj•ete fiil. 4. Protective slabs {"Mud slabs"): Normal weight conerete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish sFab to a wood float finish. L. Concrete Protecting and Curing I. Creneral: Protect freshly piaced concrete from premature diying and exeessive cold or hot temperatures. Comply with ACI 3Q6.1 for cold-weal:her protection and ACI 305.1 for hot-weather protection during curing. CITY Or �ORT WDRTH VJ�STCREEK CI�IAIVN�L MAINTCNANCE STANDAItD CONSTR[ICTION SPECIFICATIDN DOCUNIENTS CITY PR07ECT NO. 103D60 Revised December 20, 2012 F:lprojet�s103181067-D144 Besignl9-4 Pmjecl fvlanual_Speeificaiionsll00%i�1V D3103 JO �0 Ciust-in-P]ace Cone�ete.docz 03 30 00 - 20 CAST-IN-PLACE CONCRCTE Page 20 of25 2. �'orined Surf�aces: Cure formed concrete su�•fa�es, including underside of 6eams, supported siabs, and oiher sit�ilar surfaces. �f foxrns remain during curing period, maist cure aier loosening £orins. Z�remaving fortr�s before end of curing period, continue curin�; far the remainder �f the curing period. 3, Unformed Surfaces: Begi� curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 348.1, 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: I) Water 2) Continuous water-fag sp�•ay 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with I2-inch Iap over adjacent absorptive covers b. Moisture-Retaining-Cover Curing: Cover concr�t� surfac�s witl� moisiure- retaining cover foi� curing concrete, placed in widest practi�able width, witn sides and ends Iapp�d aY Ieast 12 inches, and sealed by waterproo�tape ar adhesive. Cure for not less than 7 days. Imxnediaiely repair any holes ar tears duz'ing curing period using cover material and waterprooftape. I) Moisture cur� or use moisture-retaining covers to cure concrete surfaces to C�C�SVO fl00T GQY�CIl7g3. 2) Moisture cure or tase moisture-retaining covers to cure conerete surfaces to reaeive penetrating liquid floor treafinents. 3) Cure eoncrete surfaces to receive flaor coverings with eithe�� a m�istwre- retaining cover or a curing compound that the manufacturer certifies will not interfere with bondi�g of floar cavering used on Project. c. Curing Compaund: Apply uniformly in continuous operation by gower spray or roller according to manufact�.irer's written instructions. Recoa� areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair da�nage during curing period. 3.5 REPAIR A, Concrete Surface Repairs 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remo�e and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry-pack gatching mortar, consisting of 1 part portland cemen# to 2-112 paris fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. 3. Re�airing Formed Surfaces: Surface defects incl�.►de colo►' and textu��e irregularities, cracks, spalls, air bubbles, honeycomlas, rock pockets, fns and other projections on the surface, and stains and oYher discolorations that �annot be temoved by cl�aning;. �1TY DF FORT WORTH WGSTCRC�K CIiANNEL MAII�TTCNAiYCE STANDARD CONSTRUCT[ON 5I'ECIFICATION DOCUMENT3 CITY PRO.�CT F�IO. ] �30G0 �0Vi50� �3CCCi17bB[2Q, 2��2 F:4project5103IS1QG]-0119�esignt9-4PrajectMenua[ Specifirations[IDO%1DEV0750770tlOCasl-in-PlaceCancrete.docx 03 30 00-21 CA3T-Il+t-PLACE CQI+FCAL•TC Page2l of25 a. Tmmediately after form rema�al, cut-out haneycombs, rock pockets, and voids �nore than V2 inch in any dimer�sinn in solid concrete, but not less than 1 inch in depth. Make edges of cuts petpendicular to concrete surface. CIean, dampen with water, and brush-caat holes and voids with bonding agent. Fill and cotnpact with patch[ng moi�ar before bonding agent has dried. Fili form-tie voids with patching mortar or cone plugs secured in place with bondingagent. b. Repair defects on surfaces exposed to view by blending wllite portlandcement and standard portla�d cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous lacations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defeets on concealed formed surfaces that affect concrete's du�'abiliTy and structura] perfarmance as determined by Engineer. 4. Repairing Unformed �urfaces: Test unformed suriaces, such as �loors and slabs, for fnish and verify surface talerances specitied for each surFace. Coz'rect lowand high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects inc]ude spalls, pop outs, honeycombs, rock pockets, crazing and cz'acks in excess af Q.OI inch wide or that penetrate to reinforcement or co�npletely through unreinfarced sections regardless of width, and ather objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Carrect localiz�d law ar�as during ar immediateiy after comp�eting surface �nishing operaiions by cutting out low areas and replacing with patching martar. Finish repaired areas to blend into adjacent concrete. d. Repair defec�ive areas, except random cracks and single holes 1 ineh or less in diameter, hy cutting out at�d repla�ing with fresh conerete. Remove defective areas with clean, square cuts and expose steel reinforcement with aL least a 3/4- inch clearance alI around. Dampen concrete surfaces in contact with patching concrete ancf apply bonding agent. Mix patching concrete of sarne �t�atierials ar�d mi�ure as original concrete except without coarse ag�-egate. Plac�, coxnpact, and finish to hlend with adjacent iinished concreie. Cure in same manner as adjacent concrete. e. Repair random cracks and single ho�es 1 inch or less in diameter with patching mortar. Groave top of cracks and cut out holes to sound concz'ete and clea.n aff dust, dirt, and loose particles. Dampen cleaned cnncr�te surfaces and appIy 6onding agent. Place patching inartar befo�'e bonding agent has dried. Compact patching mortar and �'inist� io match adjacent concrete. Keep patched area continuausly mnist for at Ieast 72 hou�'s. 5. Perform structural repairs of concrete, subject to Engine�r's appz'ova.i, using epoxy adhesive and patching mortar. 6. Repair materials and ir�stallation not specified above may be used, subject to Engineer's approval. C1T� OF FORT WORTH WES'I'C12EEK CHANNEL MAINTENANCE STAl+lDARD CON�"i"RUC770A15PECIFICATION DOCUMENTS CITY PRO.IECT 1�I0, 10306fl Revised December 29, 2412 F:VymjeCs103 ]850G7-0119 Designl4-4 Pcaject Mttn�el_Specificaliens5lUp%1�1V 03163 30 00 Cesc-in-Place Concretadvcx 03 30 00-22 CAST-IN-PLACE CQNCRETE Page 22 at�25 3.6 RE-TNSTALLATION [NOT U��D] 3.7 �'IELD QUALITY CONTROL A. Testing and Inspecting: City will engage a special insgector and quali£ied testing and �nspecting agency to perform field tests and inspections and prepare t�st r�ports. B. [nspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of reqLiired design m[xt�.Ere 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance oi cuz'tng temperature 6. Verific�tion of concrete strength before removal of shores and fortns from beams and slabs C. Concrete Tests: PerForm tesiing of cazx�posite samples of fresh concrete obtained accorciing to ASTM C 172 aecoz'ding to the following requirements: 1. Testing Frequency: Obtain l composite satx►ple for each day's pour of each conerefe mixture exceeding 5 eubic yard, but less than 25 cubic yard, plus I set far each additiQnal Sa cubic yat�d or fraction thereo£ 2. Slump: ASTM C143; I test at point of placeinent for each cainposite sample, but not less than 1 test for each day's pour of each concrete mixture. P�rform additional t�sts when concrete consistency appears to change. 3. Air CanYent: ASTM C231, pressure method, for narmai-weight concrete; 1 test for each composite saznQle, but not less tlian 1 test for each day`s pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and beiaw and when $0 degrees Fahrenheit and above, and I test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each eomposite satnple. 1) Do not transpot� �'ield cast cylinders until they hat��; cured for a minimum of 24 hours. 6. Compressive-Stren�h Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylind�rs at 28 days. c. Hold 1 cylindez' for testing at 56 days as needed. 7. When strength of field-cuz'ed cylinders is less than 85 percent af companion labaratory-cured cylinders, evaIuate operations and pravide corrective procedures for praYecting and curing in-place concrete. $. Stren�,ih of each concrete mixture will be satisfactory if eveiy average of any 3 consecutive compressive-sirength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. CITY O�' rORT WORTH WESTCREEK CHANi�TEL MAINTENANCE STA�iDARD CpNSTRUCTION SPECIFICATION DOCUMENTS CITY PR07ECT NO. 10306fl Revised Decamher 24, 2012 F:Vprojeclsi03181057-0119 Designl9-4 Project Manual_Specifica[ions110(Y%a1DIV 03103 3� W Cashin-Plaee Conerete.dnex 0330DO-23 CAST-IN-PLACE CQNCRETE Paga 23 of25 0' 10. Report test result�s in writing to Engineer, concrete manufaeturer, and Contracior within 4$ hours of testing. Reports of compressive-strength tests shall contain Project identificatian name and number, date of concrete p�acement, name of concrete festing and inspecting agency, location of concrete batch in Work, design compressive s#rength at 28 days, concrete mixture progortions and mate.rials, compressive breaking strength, and type of break for both 7- and 28-day tests. Additional Tests: Testing and inspecting agency shall malce additionai tests of concrete when test �esults indicate that slump, air enirainment, cornpressive strengths, or other requirements have not been rr►et, as directed by �ngineer. Testing and inspecting agency may conduct tasts to determine adequacy of conerete by cored �ylinders complying with ASTM C42 oz' by ather methods as directed by Engineer. a. When the strength level of the concrete for any portian of the structure, as indieated by cylinder tests, falls below the speeified requirements, provide improv�d curing conditions andlor adjustments to the m� design as required to obfiain the required st�'ength. If fhe average strength of the Iahoratory control cylinders falls sa Iow as to 6e deeined unacceptable, follauv the core test pracedure set forkh in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractars expense. b. If th� results of the core tests indicate that the strength of the st�•ucture is inadequate, any replacement, Ioad testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost ta the City. 11. Additional testing and inspecting, at Cont�•actor's e�ense, will he p�rfarmed ta deter�nine compliance of replaced or additional work with speci�ed requirements. l 2. Correct def ciencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and ]evelness according to ASTM E1155 rvithin 48 laaurs of finishing, �. Concrete Finish Measurement and Tolerances 1. All floors are subject to measurement for flatness and leveln�ss and comply with the fallowing: a. Slabs shali be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 faot intervals in both directions, lapping straigl�tedge 3 feet on areas previously checked. Low spots shall not exceed the above ciirnension anywhere along the straightedge. Flatness shall be checked the nexY work day afte�•fir�ishing. b. 51abs shall be level within a tolez'ance of f 1/4 ir►ch in 1p feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Leveiness shaJl be checked on a 10 foot grid using a Ievel after removal of farms. c. Measurem�nt Standard: �111 floors are subject ta measurament for flatness and levelness, aecording to ASTM EI 155. 2. 2 Tiared Measurement Standard a. �ach floor test section and the overall floor area shall canform to the 2-tiered zneasti�rement standard as specified herein. CTI'Y (]F FORT WORTH WESTCREEK CHANNEL IVIAIl+]TENANCB STAI+IDARD CONSTRUCT[ON SPECIP'ICATION DOCUMEiYTS CC'CY T'R07ECTNO. 1030G0 Revisad December 20, 2012 F:lprojeets\fl31810b7-D119 �esignY9-4 Project Manusl SpedLca6ansllQD%lUN 03503 3ll 00 Cast-iu-Plaee Concrete.docx 03 30 00 - 24 CA5T-IN-PLAC� COsYCRETE Page 24 of25 1} Miniinum Local Value: The rninimum local FFIFL values represent the ab- solute minimum surface prof le that will be acceptable for any 1 test sample (line of ineasure:nr�ents) anywhere within the test area. 2) Specified Overall Value: The specifted overail FF/FL values represent the rr�inimum values acceptable for individual floor sections as well as thefloor as a whole. 3. Floor Test Sectipns a. A floor t�st sectian �s defined as the smalIer of th� fol�owing areas: 1) The area bounded by column andlar wall lines 2) The area bounded by construction andlnr control joint lines 3} Any combination of column lines and/or control jointlines b. Test sample measurement lines within each tast section shall be mu[tidirectional along 2 orthoganal Einas, as de�ned by ASTM E1155, at a spacing to be determined by th�; City's testing agency. c. The precise layout of each test section shall be determined by the City's testing ageney. �l. Concrete Floor Finish Tolerance a. The following values appIy before remova� of shores. Le�elness values (FL) do not apply to intentionally slop�d or cambered areas, nor to slabs poured on metai deck nr precast conerete. 1) Slabs Q�erall Value FF45/FL30 Minimum Lacal'Value FP3pIFL20 I'loor �levation Tolerance Cnvelope a. The acceptable tolerance envelope f�r absolute elevation of any point an the slab surface, with respect to the elevation shown on the Drawings, is asfollows: 1} S1ab-on-G�•ade Constructian: � 3/a inc11 2) Top surfaces of formed slabs measured prior to removal of supporting shores: � 3/a inch 3) Top surfaces of al� other slabs: � 3/d inch 4) Slabs specified to slope sha11 have a tolerance from the speci�ad slope of 318 inch in 10 feet at any point, up tn'14 inch from Yheoretical elevation at any point. 3.8 SYSTEM STARTiTP [NOT USED] 3.9 ADJUSTING [NOT USEDI 3.I0 CLEANING A. Defective Work 1. Imperfect or damaged work ar any material damagad or determined to be defective before final completion and acceptanea of iha entu•e job shall be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirernents of the Drawings and Specifications. 2. Perform removal and replacement of cancrete work in such manner as r�ot ko irtapair the appearanca ar strength of the structure in any way. B. Cleaning CITY OF F'O1ZT W�RTH WESTCREEK CHANNGL NfA1NTENANCE STANDARD CONSTRiICTIDN SPBCIFICA7'ION DOCUMENTS CTTY PROJECT N0. 1 b3060 Revised Decem6er 20, 2612 C:Yprajeais103185067A119 Dasignl9-A Projeel Manual_SpeciFcatiand�l00Y1n1V 03103 3Q 00 Cast-in-Place Concrete.docx 03 3D �0 - 25 CAST-IN-PLACE CQNCRETE Page 25 of25 1. Upon comp[etion of th� work remove fi•om the site a11 forms, equipment,protective covarings and any rubbish resulting therefirom. 2. After sweeping flaors, wash floors with clean water. 3. Leave finislted concrete surfaces in a clean condition, satisfactory ta the City. 3.1.1 CLOSEOUT ACTIVITIES [NOT US�D] 3.1� PROTECT�4N [NOT USED] 3.13 MAiNTENANC� [N[?T USED] 3.I4 ATTACHM�NTS [NOT USED] END OF SECTION Revision Lag DATE NAME 12/2d/2012 D.]ohnson SLJMMARY OF CHANGE 2.2.0.3 — Removed Blue TexYlAdd�d Deseriptions for water soluble, chloride-ion content 3.4.C.1 -- Changed 75% to 70% C1TY qF FqRT Vv`ORTCi STANDARD CONS7RUCTION SPECIFICATION �OCUIVEENTS Kevised December 20, 2012 WESTCI2EEK CHAN1dEL 11�fAII�IT��iA1VCE CITY PFtO.TECT NO. 103460 F:lproj ects107181tlG7-0119 Oesignl9-4 Projeet Manual_Speciflcstiansl L00 % V�IV 031�3 30 Otl Casbin-Place Cancrale.docx PAGE TS L��T BLANK I%+TTETTTI�JNALLY 033413-1 CONTROLLED LOW STREIYGTH MATERI�L(CLSM) Page I ai'7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART 1- GENERar, 1.1 SUMMARY A. Seci�an incIudes: 1. Controlled low strength matarial (CLSM) for use in the following: a. Flowable backiill B. Deviations fram tlus City of Fort Worth StandardSpecification 1. Flowable fill will be �neasured by the cubic yard and will be paid p�r bid itam. C. Related 5peci�ication Sections incIude, but are not necessarily lzt�nited to: l. Division 0— Bidding Requi�•ements, Contract Forms and Conditions of theContract 2. Division 1— General Requirements 3. Section 03 30 00 - Cast-in-Place Concrete 1.2 PRICE AND PAYM�NT PRO��DURE� A. Measurement and Payment l. Measurennent a. Thzs Ifem is considered subsidiary to the structure or Items 6eingpla�ed. 2. Payment a. Th� work perf�ormed and the materials furnished in accordance with this Item are sttbsidzary ta the structure or Items being placed and no other compensatian will b� allowed. I.3 REFERENCES A. Ref�rence Standards 1. Reference stazrdards cited in this Specif cation refer io the current reference standard published at the time afthe ]atest revision date logged at the end of this Speeifcation, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specim�ns in the Field. � 4. S. C33 - Standard Specification for Concrete Aggregates. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. C143 - Standard Test Method for 51ump of Hydraulic CementConcrete. C23I - Standard Test Method fior Air Content af �'reshiy Mixed Cancrete by the Pressure Method. 6. C260 - S�andard 5peci�cation for �ir-Entraining Admixtures forConcrete. CITY QF FORT WORTfi STANBARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd Dacember 2Q, 2012 �WESTCREEK CIIANN�L MA�TENANC� CITY PROJECT NO. ] 03069 F:lprajaeis163l81o67-0119 �esign49-0 ProjectManual_SpeciPicationsU00%4DEV 03103 3A L3 ControLled LowStrenfqthMaleri�l_CI,SM USHTHIS ONF.doc:c D33413-2 CQNTRDLL�D LOW STRENGTH MATERIAL(CLSNf) Page 2 vf 7 7. C618 - Standard Specif cation for Coal Fly Ash and Raw or Calcined Natural Pozzolan far Use in Concrete. 1.4 ADMINISTRATNE REQUIREMENTS [NOT iTSED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section �1 330Q. B. AlI submittals shall be approved by the City prior ta delivery andlor fabrication for specials. L6 ACTION SUBMITTAL�IINFORMATXONAL SUBMITTALS A. Producfi data B. Sieve anaIysis 1, Submit sieve analyses of fine and coarse aggregates beingused. a. Resubmit at any time there is a significant change in grading afmaterials. 2. Mix a. Submit full details, including mix design ealculations for mix propflsed foruse. C. Trial batch test data 1. Submit data for each test cylinder. 2. S�Ebmit data that identifies mix and slump for each testcylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.S MAINTENANCE MATER.IAL SUBMITTALS [NOT USED] 1.9 QLTALITY ASSi1RANCE [NOT USED] 1.14 DELIVERY, STOR.AGE, AND HANDLING jNOTUSED] 1.11 FIELD CONDITIONS [NOT U�ED] 1.12 WA1zRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER-FURNISHED OR QWNER-SUPPLIED PRODUCTS [NOTIISED� 2.2 PRODUCT TYPES AND MATERIA.LS A. Materials i. Portland cement: Type II lnw alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in aecordance with ASTMC618. 3. Wat�r; As specified in Section 03 30 Q0. 4. Admixture: Air entraining admixture in accoz'dance with ASTM C260. CITY Or PORT WOItTIi WESTC��K CI3ANNEL MAINTENANCE STA�II]ARD CON5TRi3CTI0N SPEGIFICATIdN DOCUMENTS CiTY PROJ�CT NO. l �3060 Revised December 20, 2012 F:Sp[ojecls507181U67�0119 Ilesign59-4 Project Menui+l_Specificnlions5100%5D1V 03103 34 l3 Controlled Low Strengd� Material_CISM_USE TIiTS ONE.docx 033413-3 CONTROLLED LpW STR�NGTI-1 MATERIAL(CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand {does not need to he in accordancewith ASTM C33), No more than 12 percent oifine aggregate shall pass aNa. 2D0 sieve, and no plastic fines shall be pt•esent. 6. Caarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1, Performance requiremenis a. Tota1 calculated air content 1} Not less tl�an 8.0 percent or greater than 12.0 percent. b. Minimum uneanfin�d campressive strength l) Not less than 50 psi tneasured at 28 days. c. MaYimum uncon�ned compressive strength 1) Not greatar than 150 psi measured at 2$ days. Z) Limit the long-term strength (90 days) to 240 psi such that material could be ra-excavated w'rth conventional excavation equipment in the future if necessary. d. Wet density 1) No greate�� than 132 pounds per cubic foat. e. Color 1} No coloration reqLured unless noted. 2} Submit dye o�- ottaer coloration means for appro�al. 2. Suggested design mix Material Weight 34 pounds 3b0 pounds 283 paurids Specific Gravity 3.I5 2.3 D l .00 2.68 2.68 Absaluie Vol�me �ubic Foot Cement Fly Ash Water Coarse Aggregate IFine Aggregate IAdmixture � TDTAL 2.3 ACCESSORI�S [NOT USED] 2.4 SOURCE QUALT'I'Y CQNTROL 1,�b5 paunds 1,465 pounds 4-6 aances 3,543 pounds Q.15 2.09 4.54 8.76 8.76 2.7D 27.00 A. Trial bateh I. After mix design Y�as been accepted hy Engin�e�', have trial batch of the accepted mix design prepared by testing laboratoty acceptable toEngineer. 2. Prepare trial 6�fich�s using specified cemantitious maierials and aggregates proposed to be used far the WorK. 3. Prepare trial batch with sufficient quantity to determine slui�np, workability, consistency, and to provide suff'icient test cylinders. CITY �F PORT WORTH ST'ANDARD CO�TSTKUCT[pN SPECI�'1CAT7�A! BOCUM�N'I'S Ttevised December 20, 20 t2 WESTCREEK CHANNEL MAINTENAIVCE CITY FRp]ECT 1�I0. 103060 P:4proJec4s103185067-0119 �esignl9-4 Pmjeal &lamial_SpeciFicatiansllOD%V]IV 03103 7A ]7 Contmlled Low Shenglh Material_CiSIVI_i7SL 77-If5 ONE.dowc 0334[3-4 CONTROLL�D LOW STRENC`i'I"H MATERIAi.(CLSM) Page 4 oF7 B. Test cyl'r nders: 1. E'repare test cylind�;rs in accordance with ASTM C31 with the follawing excepfions: a. Fill th� concrete tesk cylinders to overflowing and tap sides lightly to settle the mi�. b. Do not rod the cancrete mix. a Strike offthe exc�ss material, 2. Place test cyllnders in a moist curing room. Exercise caution in rr�oving and transporting the cylinders since they ate fragile and wiIl withstand only minimal bumping, banging, or jalting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The tesi cylindars tnay be capped with standard sulfur compound or neoprene pads: a. Per£orm the capping ca�•efially to p�event prematurefractures. b. Use n�oprer�e pads a rninimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do nnt perfartn initial compression test until the cyjinders reaeh a minimum age af 3 days. C. Compression tesi 8 test cylinders: Test 4 Yest cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the � test cy�linders tes#ed at 28 days shall be equal ta or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the tz'ial batch tests do not rneet the 5pecifications for strength or density, r�vise and resubrnit the mix design, and prepare additional tr�al batch and tests. R�peat ttnYil an acceptable trial batcl� is produced that meets the Speciiications. l. All the trial batches and acceptability af materials shall be paid by the C ONI'RACTOR. 2. After acceptance, do not change the mix design without submitting a new znix design, frial batches, and test infonnation. E. Determine sIump in aecordance with ASTM G143 with the follawingexceptions: 1. Do not rod the concrete material. 2. Place materiai in slump cone in 1 semi-continuous falling operation, slig,kifly o�erfill, tap liglitly, strike off, and then measur� az�d recordslump. CITY OF FORT WDATH WESTCREEK CHANN�L 1VIAINT�NAIVCE STANDARD COIVSTRUCTION SP�CIFICAITON DQCUIv1EAiT5 C1TY PR07ECT NO. ] D3060 Revised December 20, 2012 F:SprojecislD3 ]810G7-01�4 Designl9-4 Pcajeet Ma�mel Spetifiostionsl1004�1D[ V 03103 34 13 Controlled Low Strengili Meterial_CLSM_USE THlS ONE.dacx D33413-5 C�NTROLLCIJ LOW STRENGTH MATERIAI,(CLSM) Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED� 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which presetves the quality of the material in terms of compres�sive strength and density: 1. Limit lift laeights of CLSM placed against structures and other facilities that could be da�naged due to the pressure from the CLSM, to the lesser of 4 fe�i or the lift heigl�tt indicated on the Dravuings. Do not place another lift of CLSM until the las� lift of CLSM has set and gained 5ufficient strength to prevent lateral lnad due to Y�e weight of the next ]ift of CLSM. 2. The basic requirement for placement equipment ar�d place�nent methods is the naaintenance of its fluid properties. 3. Transport and place material so �hat it flaws easily around, beneath, or tlarougll walls, pipes, conduits, or other structures. 4. Use a slump ofthe placed material greater than 9 inches, and sufficient to allow the material to flow freely durir►g placement: a. After trial batch testing and acceptance, maintai� sluirzip developed during testing during construction at al� times within � 1 inckz. S. Use a slump, consistency, work�bility, flow characteristics, and pumpability (where required) such that when plac�d, the ynaterial is self-eompacting, self-densifying, and has suificient plasticity that compaction oi• mechanical vibration is nflt required. 6. When using as emhedinent far pipe take appropriate measures to ensure line and grade of pipa. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION jNOT US�D] 3.'i I+'IELD QUALITY CONTROL A. General 1. Make pravisions for and furnish aIl material fo�' the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsihle t�or the care of and praviding curing condition for the test specimens. B. Tests by the City 1. During the progress of consYruction, the City will have tests �nade to dete�nine whether the CLSM, as being praduced, camplies with the requirements specified hereinbefore. Test cy[inders will be made and delivered to �he laboratory by the Engineer and tne testing expense will be borne by theCity. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C3I with the following excepfions: CITY OF FORT WORTH WESTCKE�K CHANNEL M�LI�ITENANCE STANDARD CQFVSTRUCTION SPECIFICATION DOCUMEHTS CITY PROJH.CT NO. 1D3�60 Revised December 20, 2012 P':lprajecis103Ifr1067-9119 �esignl9;L Praject Manual_Syecificxtions1100%1BN 03Y�3 34 13 Caitralled Low 9lrength Ahaterial_CL.SM_US$ TFIIS ONE.docx 033413-6 CONTROLLED LOW STRENGTI-I ivIA7'GRIAL(CLSM) L'�ge 6 of7 1} Fill the concrete Yest cylindez's to averflowing and tap sides lightly to settle the rnix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from tl�e construction activities. K�ep the cylinders moist by covering with wet burlap, or equivalent. Do nat sprinkle water directly on the cylinders. G. AfYer 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shaIj be handled carefully. The container may be a box witE� a Styrafoam ar sitni[ar lining that will 1imit the jarring and bumping of thecylinders. d. Place test cylinders in a moist curing room. Exercise caution in nnavin�; and transporting the cylindets since they are frag�le and will withstand only minimal bumping, banging, or jolting withoutdamage. e. Do not remove the test cylinder from m.old �ntii the cylinder is to becapped and tested. f. The test cylinders may be cagped with standard sulfur compound or neoprene pads: 1) Pez'form the capping carefully to prevent premature fractures. 2} Use neoprene pads a ininimum of 112 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial co�npression test unti! tlie cylinders reach a minimum age oF 3 days. 3. The number af cplinder specimens taken each day shall be determined bythe �nspector. a. rf'est 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cy]inders tasted at 28 days shall be equal to or greater than the minimum required compr�ssion strength, but not �xceed ma�murr� coi�npression st�•ength. 4. The City wi�l tesf the air content ofthe CLSM. Test will be tnade immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump af CLSM using a slump cone in accordan.ce with ASTM C143 vwith the foilowing exceptions: a. Da not rod the concrete material. b. Place material in slump cone in I semi-continuous filling operation, slightly overfiil, tap lightly, strike off, and then measure and recordslump. 6. If compressive strength of tesi cylind�rs does not meet requu•ements, make corrections to the mix desigr► to meet the requirements of this specification. CITY OF PORT WaRTH WESTCRE&K CHANNEL MAINTENANCE STANDAILD CONSTRUCTION SPECICICATION DpCUMENTS C1TY PR07ECT NO. ]03060 Revised Decemher 2D, 2012 F;lprojeets1011S1p57AIti9I7esign59-4 Prajed Menual_Specifications11d0%5�N D3507 34 ll Conlralled Low StrengJi iv[atenal_CLSM_p5E TE3IS �T7C_docjc Q33413-7 CONTROLLED L�W STRENGTII MATF�IAL(CLSM) Page 7 of 7 3.8 SYSTEM �TARTUP INOT USED] 3.9 ADJ�JSTING [NOT USED] 3.�.0 CLEANING [NOT USED] 3.l 1. CLOSEOUT ACTI�ITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.1.3 MAiNT�NANG`E [NOTUSED] 3.1� ATTACHMENTS [NOT USED] END OF SECTION Re�vision Log DATE NAME CITY OF FDRT WORTH STAiVQARD COI+ISTRUCTION SP�CLFICATIC7N DOCUIvIENTS Re�ised Decein6er20, 2012 5UIVIMARY O� CHANGE WESTCREEK CHA3YNCL MAINTE]�ANCE CITY PROd�CT HO. 103D60 F:lprojeciS1031SS067-OL19 �esignl9A Project Manuel_SpeciFicstions5100%5D1V 031Q3 34 13 Cantrolled Low 5lreng1l� Material_CLSM_[ISETHIS ONE.docx 03 34 lfi - L GONCRP.TE flASE MATF.RIAL FOR TRENICE� R�FAIR Page 1 of 4 SECTION 03 3416 CONCRETE BASE MATCRIAI. k`OR TRENCH REPAIl� PART 1- GENER�AL 11 SUMMARY A. Section includes: 1. Concrete base mat�al for ix'ea�Ch repair B. Deviations from this City of Fart Warth Standard Sp�eification 1, None. C. Related Specification Sections include, but are not �ecessarily limited to: 1. Division 0— Bidding Requizemezzts, Contract Forms and Conditions Qf the Contract 2. Division 1— General Requ:irements 3. Section 03 30 00 — Cast-in�Piace Concrete 1.� PR�CE AND PAYN�NT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidi.ary to the structure ar Items being placed. 2, Payment a. The work perfnrmed and the materials fiunished in accordanc� with t�is Item are subsidiary to the structure or Items being placed atzd �o ot�ez' compensatian wiil be allawed. 1.3 REk'ERENCES A. Reference Standatds 1. Reference st�n.dards cited in fhis Specifieation refer ta the current re�erence standard publis�ed at tha ti3ne of the latest re�ision date logged at the end of this Speciiicat�ion, unless a date is specifically cited. B. ASTM Internatinnal {ASTM}: 1. C31, Standard Practiee for Making and Gurin� Concz'e� Test Specimens in t,�e Field. 2. C33, St�dard Specification far Concreie Ag�'egates. 3. C39, Standard Test Method for Compr�ssive Sixength of Cylindrical Concrete Specunens. 4. C143, �tan.dard Test Method for Slump ofHydraulic-Cerrient Cancrete. 5. C172, Standard Pra.ctice for Sa�npling Freshly Mixad Concxete. 6. C23I, Staudard Test Method for Air Conten.t of �"zeshly Mia�ed Concrete by the Pressure Mefhod. 7. C2b0, 5tandard Specificatian for Ai�'-Entraining Admixtures for Concrete. 8. C61 S, Sta�dard Speciiicatian frnr Coal F1y Ash and Raw or Calcined Natural Pozzolan for Use in Concr�te. 9, C1064, Standard Test Meihod for Temperature of Freshly Mixed Hyd�-aulic- Cexrient Concrete. G1TY OF FORT WDRTI3 WLSTCRLEK C[IANIY�L IMPILOVEMENT STA7YAAAD CONSTRLECTION SPECIFICATTON DOC[IMF?NTS CI'1'Y PROJECT N�. L030fi0 12evisedDecem6er20, 2012 o33ai6-z CONCRETE BA6� Iv�AT�IAL FOR TR6NCH AEPAIIt Page 2 af 4 1.4 ADIVIINISTRATIVE REQUIItEMENTS [NOT iTSED] �.5 S�3BMITTALS A. Provide submifiials in accordanee with 5ection 01 33 00. B. AIl submitials shall be appz'o�ed by the City prior to deIivery and/ar fabrication for specials. 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed znix design for Engineer's �eview a minint�unn o� 2 wee�s prior to sfiart of low density concrete bac1�11 work. I.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 M�INTENANCE MATERTAL SUBMITTALS [NOT U�ED] 1.9 QUALITY ASSURANCE [1VOT USED] �.10 DELIVERY, STORAGE, AND H.ANIILING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 112 W�iRRANTY [NOT USED] PART 2� - PRODUCTS 21 OWNER-FURNI�HED OR QWNER-SUPPLIED PRODUCTS [NOT USED] 2.Z PRODUCT TYPE� AND MATERTALS A. Mix Design 1. Performance requirements a. Concr�te Base Material fQr Trench Repair 1) 2$-day aoznpxessive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Forlland cement a. Type TT law alkali �ortland cemen� as specifzed iu Seci7ion 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified i.n Section 03 30 00. 4. Adtnixture a. Air entzaini�g admixfure in accordance with ASTM C2fifl. 5. Fine aggregate a. Cancrete sand (does not need to I�� in accordanoe wiih ASTM C33). b. No more than 12 percent of �ine aggregate shall pass a Na. 200 sieve, and no plastic �ines shall be present. 6. Coarse aggregate a. Pea gcavel no Iarger thati 318 inch. CTT"Y OF FORT WORTH WLSTCREEK [:HANNEL IMPROVEML�N'I' STANDARD CONSTRUCTION SPECIF`ICATI�I+I DOCUMENTS Cli'Y PR07ECT NO. 7 Q3060 Revised Aecember 20, 2012 0334L6-3 CONCRETE BAS� MATF.RIA.[. FdR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USEDj �.�4 SOUR.CE QUALITY CONTROL �NQT USED] PART 3 - EXECUI`ION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATYON [NaT USED] 3.4 INSTALLATION A. Place concrete base xnaterial by any metl�ad whick pzesezves the quality af the material in ter�s af compressive strength and density. 1. Tha basic requirement for placem�nt equipzz7.ent and placement methods is the maintenance of its fluid properties. 2. Transpart and place maierial so that it flovvs easily around, beneath, or through wa11s, pipes, conduits, or oti�et structures. 3. LTse a slump, cansistency, workability, flow characterisiics, and purnpahility (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity ihhat eampaction or mechanical vibra�ion is not required. 3.5 REpAIR jNOT LTSED] 3.6 R�INSTALLATION [NOT IISED] 3.'� FIELD QTTALITY CONTROL A. General 1. Ma.ke provisions for aud furnish all material for the test specimens, and provide manual assistance ta assist the Engineer in preparing said specimens. 2. Be responsible for the care of and prov'rding curing condition for the test specimens. B. Concrete Tests: P�zforiaa testing of camposite samples of fresh concrete abfiained according to ASTM C172 according to the following requirements: 1. Testing Frequencq: �htain I compa�ite sample for each day's pour a£ eacla concrete �nixtut'e up to 25 cubic yards, plus 1 set for each additiana150 cubic yards or fraction th�reof. 2. Slump: ASTM C143; i test at point of placement for each compasite sample, but not less �han 1 test for each day's pour of �ach conare#e �qaixture. Perform additional tests when concrete consistency appears ta change. 3. Aix Content: ASTM C231, pressure method, for n.ormal-weight concrete; 1 test for each compnsite sainple, but not less than 1 test for each dap's poux of each concrete mixiu�e. 4. Cancrete TernperatEu�e: ASTM C1064; 1 test hourly' when air temperature is 40 degz�ees Fahre�heit and below and when 80 degzees Fal�renheii and above, and 1 test for each composite sample. 5. Campression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minim.uz�o. of 24 hours. C1TY OF FORT WORTH WES'['CR.EEi� CFIANNEL IMPROVEME?Tf1' STANAARD CONSTRUCT'IpiV SFECIFICATION DOCUME�fTS C1TY PRO.fECT NO. 1 Q3060 lteuised December 20, 2012 033416-q CONCAETE BAS� MATBRTAL �Ol� TREIVCH AEPAIR Paga 4 of 4 6. Compressive-Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 S'�STEM STARTUP [NOT USED] 3.4 ADJUSTING [NOT USED] 3.10 GL�:ANING [NOT U��D] 311 CLOSEOUT ACTIVIT�ES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 1WIAXNTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Rerrision Log DATE NAME CITY OF FdRT WDRTH STANI]ARD CONST(�LTCTIDN SPECIFICATION DOCUNiENT5 Revised DecemUer 20,2� l2 SUMIVIARY ��' CHANGE WESTCRE�K CIIANNL'L IMPRqV�M�NT Ctf"Y PRO]EC'T' NO. 1030G0 03 80 OQ - 1 MODIFICATi0i�I5 TO EXiS'TAVG CONCRETE Page f of 7 sECT�oN o3 �so ao MQDIF'ICATIONS TO EYISTING CONCRETE STRUCTU��S PART 1 � GENERAL 1.1 SUMMARY A. Section includes: 1. Madifications to existing concrete structures, including: a. Manholes b. Junction boxes c. Vaults d. Retaining walls e. Wing and head walls % Culv�rts 2. This seetion does not include modif cations to Reinforced Concrete Pipe. B. Deviations irom this City of Foi't Worth 5tandard �pacification 1. Modification io existittg cancrete str�actures, including conerete slope paving. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Biddin� Requiraments, Gontract Forms and Conditions of the Cont�'act 2. Divisian 1— General Requirements 1.2 PRICE AND PAYN7�NT PROCEDURES A. Measurement and Payrnent l. Measurement a. This Item is considered subsidiary to the siructure ar Item.s being placed. 2. Payrnent a. The wark perfortned and the materials furnished in acco�'dance vctith fhis Item are s�bsidiary ta the siructure or Items being placed and na other compensation will be allowed. 1.3 REFERENCES A. Reference Standards I. Reference standards cited in this Speciiication re�'er tn the current reference standaz'd pubiished at the time of the la�est revision date la�ged at khe end of this Specification, unless a date is specifically ciied. 2. ASTM International (ASTM): a. A615, Deformed and Plain Billet-Steel Bars far Concreie Reinforcement. b. C$8I, Standard Specificatian for Epoxy-Resin-Base Bonding Systems for Concrete. a C882, Standard Test Method for Bond 5trength of Epoxy-Resin Systems Us�d with Conc�•ete by Slant Sheer. d. I]570, Standard Test Methad for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plasizcs. CIT'Y OF FORT WORTI3 WESTCREEIC CHANNEL MAINTENANCE STANDARD COAI3TRUCTION SPi:CIrICATIQN DDCUMEIVTS CITY PRaJECT NO. 163fl60 Revised December 20, 2012 03 80 6D - 2 ivIODiF[CATIqNS TO EXISTI7+FG CONCIZETE Page 2 of 7 f. D695, Standard Test Method for Cornpz'essive Propei�ties of Rigid P�astics. g. D732, Standard Test Method far Shear Strength of Plastics by Punch TooI. h. D790, �tandard Test Mekl�ods for Flexural Prope�-ties of Unreinfarced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made io 1 ofthe above standards, the revision in effect at the time of bid opening applies. 1.4 ADMIIVI�TRATNE REQUII2EMENTS [i�TOT USED� �..5 SUBMITTALS A. Provide submiitals in a�cordanca with Seclion O1 33 OD. B. All subrnittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INF�RMATYQNAL SUBMITTALS A. Praduct Data 1. �ubmit manufacturer`s Product Data on alI product brands proposed for use to tlae Engineer for review, 2. Includa Yhe manufacturer's installatifln and/or applicatian inst��uctior�. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1,8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. When rerr�ovin� materials or pat�kions of existing structures and when maI�in� openfngs in ex.asting structures, take precautians and all erect al1 necessaty barri�rs, shoring and bracing, and ather protective devices to prevent damage to th� st�ructures bayond ti�e limits necessary far the new worEs, proteci persorui�l, cnntrnl dttst, and to prevent damage to the st�•uctures or contents by falling or flying debris. B. Core sanitary sewer manhole penetrations. 1.10 DELIVERY, STORAG�, AND HANDLING A. Deliver the specified products in original, unopen�d cnntainers with the inanufacturer's name, labels, prad�zct identification, and batch nurnbers. B. Stare and cottdition the specified product as recomrnended by the manufacturer. 1.1I FIELD CONDITI�NS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FUI2NISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.� PRODUCT TYP�S AND MATERIAL,S A. Manufacturers CITY OF FOAT WORTti VIESTCREEK CHANNEL MAl[V`1"ENANCE STANI?ARD COIVSTRUCTIDN SPECIFICATION DOCi3MENT5 CTTY PR07ECT NO. 10306Q Revised December 20, 2012 03 80 0� - 3 IVIOdIFICAT[ONS TO �iC[S`I'[NG CONCRETE Page 3 pf 7 In other Part 2 articles wh�re tifles below introduce lists, the foIiowing requirements appIy to product selection: a. Available Products 1) Subject to compliance with requirements, praducts that may he incarporated into t11e Work include, but are not lirnited to, products specified. b. Available Manufactui•ers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work includ�, but are not limited to, manufacturers specified. B. Materials I. Gen�ral a. Coznpiy with khis Section and any state or local regulations. C. Steel Reinforcement 1. R�i�foz'cing Bars a. ASTM A615, Grade 60, deformed. D. Epoxy Bnnding Agent 1. A 2-component, solvent-fi•ee, asbestos-free, maisture-insensiti�e epoxy resin material used to bond plastic concrete to hardened concrete complying with the requ'trements of ASTM CSS 1, 'I'ype V, and the additianal requireinents speciiied herein. 2. Praperties of the cured inaterial a. Compressive Strength (ASTM D695) 1) 8,500 psi minirnum at 28 days b. Tensile S�rength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Plexural Strength (ASTM D790 - Madulus of Rupture) 1} 6,300 psi minimum at 1+� days d. �hear Strength {ASTM Di32) I) 5,000 psi minimum at 14 days e, Water Absorption (ASTM D570 - 2 hour boil) 1) I percent maximum at l4 days f. Bond Strength (ASTM C882) Hardened to Plastic 1) 1,SOfl psi minimum at 14 days moist cure g. Calor 1) Gray h. A�ailable Manuiact-�rers: 1) Sika Corporation, Lyndhurst, New dersey - Sikadur 32, Hi-Mod 2) BASF, Cl�v�land, �hia - Concresive 1438 E. Epoxy Paste I. A 2-camponent, solvent-free, asbestos ft•ee, moisfiure insensitive �pn�y resin material used to bond dissimilar materials to cancrete such as setting railing posts, dowels, anchor bolts, and all-threads into hardened concrete and complying with the requirements of ASTM C881, Type I, G�•ade 3, and the additional requiremenfis specified h�rein. 2. Properties of the cut•ed material a. Compressive Properties (ASTM Db95): i4,400 psi minit�rzum at 28 days CITY QF FORT WORTH WESTCI�EK CHAIVFYCL h�fAINTEIVANCE STANDARD CpNSTRUCTION 3YECIFICATIOhi DOCUMENTS ClTY PRpJECT NO. 103D60 Ravised December 2p, 20 L 2 03 80 00 - �F IVIO�II'ICAT[ONS TO EXISTIl�IG CO?�ICRETE Page 4 of 7 c. d. e. �: �• h. Tensile Strength (ASTM D638): 3,000 psi minirr�urn at 1�4 days. Elongation at Break - 0.3 percent minimum Flexural Strength {ASTM D790 - Modul�.�s of Rupture): 3,7�0 psi rriinimum at 1 � days Shear Strength (ASTM D732): 2,840 psi minimum at 14 days Water Absorpiion (ASTM D57q): 1.D percent ma�irnum at 7 days Bond Stren�th (ASTM C$82}: 2,000 psi at 14 days moist cure Cnloj': Concrete grey Available Manufacturers 1) O�erhead Applications a) Sika Corporation, Lyndhurst, New 7ersey - Sikadur 32, Hi-Mod LV h) B.�SF - Concresive 1438 2) A11 Other Applications a} Sika CorporaYion, Lyndhurst, New Jersey - Sikadur Hi-inod LV 31 b) BA�F - Concresive 1401 F. Repair Mortars Provide an asbestos free, moisture insensitive, polymer-modiiied, Portland cement- based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers I} Sika Corporation, Lyndhurst Naw lersay - SikaTop 122 2} BASF — Emaca Nanocrete R3 G. Pipe Penetration S�alants 1 Gomponent paly��rethane, extrudable swelling bentonite-free waterstop tha# is claetnically j'esistant, not soluble in watei• and capa6le of v,+ithstanding wet/dry cycling. a. Available Manufactvrers 1) 5ika Corporatian, Lyndhurst New Jersey — 5ika5well S-2 2) Approved equal 2.3 ACCESSDRXES [NOT USED] 2.4 SOURCE QIIALITY GONTR�L [N�T USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT US�D] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATIOIV A. GeneraI 1. Cut, repaar, reusa, demolish, excavate ar otherwise madify parts of the existing struct�res or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit coinp�etion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. Comply wlth other requirements of tl�is of 5ection and as shown on the Drawings. CTI'1' QF FORT W�RT[I WCSTCA��K CI-TANIV�T.11�iAIlVT�1�lANCC STANDARD CONSTRUCTI�N SP�CIFiCAT10N DOCUMENTS C1TY PRO.lECT IYQ, 103060 Kevised December20, 20E2 03 sa oo - s IvIQDIFICATIOIVS TO EXISTI�IG CONCRETE Fage 5 af7 2. Store, mix, and apply all commercial products specifed in this Section in strict co►x�pliance with the manufacturer's recommendations. 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion j�int or cQntrol joint to preserve the isolation betwe�n components o� either side of the joint. 4, When driIling holes for dowels/bolts at nevr or existin� concrete, stop drilling if rebar is encountered and relocaie the hoIe to a�oid rebar as approved by the Engineer. Do not cut rebar without grtor approval by the Engineer. 6. Concrete Removal 1. Remove concrete designated to be remov�d fo specifie limits as shown fln the Drawings or directed by the Engineez', by chipping, jack-hammering, or saw-cutting as apprapriate in areas whez'e concrefe is ta be taken out. Do not,�ackhammer sanitaty sewer manhole peneirations. Remove concrete in such a maiu�er thai surrounding concrete or existing reinforcing to be left in place and existing in piace equipment is nat damaged. 2. Where e�siing reinforcing is exposad due to saw cuttinglcore drilling and no new matez'ial is to be placed on the sawcut surface, apply a coating or surface treatinent oi epoxy paste to the entire cut surface to a thiekness of 1/4 inch. 3. In al1 cases where the joint between new concrete or groui and existing conerete will be expased in the finished work, except as otharwise sllawn or specified, provide a 1-inch deep saw cut on each exposed surface of the exis�ing eoncrete at ihe edge of concrete remaval. 4. Repair concrete specified to be lefi in place that is damaged �sing approved means to the satisfaction of the Engineer. S. The Engineer may from time to iix�ne direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. G Connectian Surface Preparation 1. Prepare connection surfaces as specifed below far concrete areas requiring patching, repairs or modi�cations as shown on the Drawings, speciiied herein, or as directed by the Engineer. 2. Remove all dete�-iarated materials, dirt, oi1, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandbiasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less tlian 1/2-i�aeh in depth. Irregular voids or surface stones need not be removed if they are saund, free of laitance, and finnly embedded into parent concrete, subject to the Engitteer's final inspection. 3. If reinforcing steel is expased, it must be cleaned by uvire brush or other sitnilaz' means to remave all contaminants, rust, etc., as approved by tha �ngineer. If 112 pf the diameter of the reinforcing steel is exposed, chip out bekund the steeL Chip a minzmtun af 1 inch behind the steel. Do not Damage reinforcing to be sa�ed during the demolition operation. 4. Clean reinforcing from e�sting demolished cancrete that is shown to be ineorporated in new concrete by wire bruala or other similar means to remove all loose material and products of carrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided witla 1-inch ininirnum cover all around. CITY OF FORT WORTTi WESTCREEK CFIANNEL MAINTENA1rICE STANDARI} CONSTRUCTION SPECIF[CATiC1N DOCUM8NT5 CI'I'Y PR07ECT NO. ID30G0 Revised Decernber 20, 2012 038�00-6 MODIFICATIONS T'O �X[STING CONCTtE'I'E Pa�e 6 of 7 5. The following are specific cancrete surface preparation "methods" to be used wnere called �'or on the Drawings, specified herein, or as directed by the Engi�eer. a. Method A 1) After the existing conerete surface at connection has been roughened and cleaned, thoroughIy maisten the existing surface with water. 2) Brush on a l/l6-inch layer of cement and water mixed to the cansistet►cy of a heavy paste. 3) Immediately after application of cement paste, placa new cancrete oj� graut mixture as detailed on the Drawings. b. Method B 1) A#�er the e�sting concreCe surface has been roughenerl and cleaned, apply epo�cy bonding agant at connectian surf�ace. 2) Cnmply strictly with fhe manufacturer's recommendations for the field preparation and application af the epoxy bonding agent. 3) 1'lace new concrete or gout mi�re to limi#s shot�n on the Drawings within time constraints recommended by the manufacturer ta ensure bond. c. Method C 1) Drill a hole 114 inch larger than the diarneter of the dowel. 2) Blow the hole clear of loose particies and dust just prior to installing epoxy. First fill the drilled hole with epoxy pasie, then butter the dotivelslbolts with paste then insert by tapping. 3} Un�ess otherwise shown on the Drawings, drill and set deformed bars to a depth of I O bar diameters and smooth hars ta a depth of I5 bar diameters. 4} If not no�ed on the Drawings, the Engine�r will provide details regarding the size and spacing of dowels. d. Method D 1} Combination of Method S and C. 3.4 INSTALLATION [NOT USED] 3.5 REPAIR jNOT USED] 3.6 RE-INSTALLATION [NOT IISED] 3.7 FIELD QIIALITY CONTR�L [NOT IISED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING jNOT USED] 3.11 CLOSEOiTT A�TIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 11�INTENANCE [NOT USED] 3.I4 ATTACHMENTS [NOT USED] END OF SECTXON C1TY OF PORT WOItI'H WESTCREEK CHANN�L MA1N"I�NANCG STAIVDARD CONS1'ItllC`1'ION SPECIFICATION DOCUMENTS C(TX PR07EC7" NO. I 030G0 Revised December20, 2012 038000-7 MODlF1CATIONS TO EXISTiNG CO?�ICRETE Page 7 of 7 ltevisian Log DATE NAME C1TY OT CORT WORTH 5TANDARD COh#STRUCTIOAI SP�CIFICATIQN DOCUMENTS Revised DecemUer 2U, 2012 SUMMARY OF CHANGE W ESTCREEK CHANN�L MAINTENANCE CITY PRpJECTNO. 103060 PAGE IS LEFT BLANK INTENTIONALLY 3i Enaa-� SITE CLEARIiYG Page i of 6 ��CTION 3� 14 00 SITE CLEARING PART 1 - GENERA,L 1.1 S[T1VIlI�ARY A. Section Includes: 1 1. Preparation of right-of-way and other designated areas for canstructionopez'atians 2 by removing and dispnsing of all obstructions includin� clearing and gr�bbingand 3 tz'e�s, when remova] of such obstructions is not specifcally shown on theDrawings 4 to be paid by other Sections. 5 B. Deviatians from this City of Fort Worth Standard S�ecificatian 6 1. Tree clearing in access and staging areas is prahibitad. 7 C. �elated Specification Seetions include but are not necessarily liinited to S 1. Division 0--- Bidding Requirements, Contract Forms and Conditions of the Cantract 4 2. Dfvision I— General RequiremenYs IO 3. Section 02 41 13 — Selective Site Demolition 1 I 4. 5ection 02 41 14 — Ut�lity RemovaUAbandanment 12 1.2 PRICE ANI] PAYMENT PROCEDi7RES 13 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 A. MeaSurement and Payment 1. SiteClearing a. Measurement 1) Measurement for ihis Item snall be by lurnp sum, square yard, oz' per acre. b. Payment 1} The work pe�-formed and the materials furnished in accordance with this Item shall be paid for at the lump sum, square yard, or per acre price 6idfnr "Site Clearing". c. The price bid sI�all include: I) Pruning of designated trees and shrubs 2) Remo�al and disposal oistz'ucfures and obstructions (unless saparatebid item is provided under 02 41 13 "Selective 5ite Demolitzon or p2 4S 14 "Utility Removal/Abandonment"). 3) Rernaval and disposai of trees under 6-inch in diarneter when bidding 6y Iump sutn or syuare yarci 4) Removal of ALL trees when bidding by acre. 5) Bacicfilling of hoIes 6) Clean-up 2. Tree Aemoval (for trees 6-inch or larg�r in diamater when Site Clearing is bid by lump su�n ar sguare yai�d) a. Measurement 1) M�asurement for this Item shall be per each. 2) Measua'ernent of dia.meter for tree removal shall be at standard "Diameterat Breast Heigh#" ar DBH, where Breast Height shall be 54" abovegrade. CITY OF FQRT W()RT H WESTCREEi{ CHANNEL MAIIVTENANCE STAIVDAR� CQ1V51RUCTION SPECIFICATION DOCUME1�iTS CITX PROdECT NO. 10306b Ravised March 22, 2Q21 F:lprajecls10316'Uab7-0159 Aesignl9-0 Projecl Ma�mal Spncificatiansl[00%1DlV 3IUi 10 00 Site Clearing.docx 3i �ona-2 SITE CL�ARING Page 2 of6 1 2 3 4 8 9 IO 11 l2 l3 !4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 4b 47 4$ 49 3) b. Payment 1) The work performed and the ma�erials furnished in accordance with this Item shaII be paid for at the unit price bid pez' each "Tree Removal" for: a) Various dia.riaeter ranges c. The price bid shall include: 1} Remova[ and disposal of tree, including removal af root to a depth at least 2 foot balow grade 2} Grading and hackfilling of holes 3) Excauaiion 4) Clean-up Trea Removal and Transplantation a, Measurernent 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materiais furnished in accordance with this Item shall bE paid for at ihe unit prica bid per each "Tree Transplant" for: a) Various diame#er ranges c. The price bid shafl include: 1} Prtuiing oi dEsxgnated trees and shrubs 2) Moving tree with truck mo�.tnted treespade 3) Gradirzg and backfifling ofholes �4) Replanting tree at temporary locatian (determined by Contractor) 5) Maintaining tree until Work is compieted 6) Replanting tree into original or designated location 7) �xcavation 8) Fertilizatian 9) Mulching 10) Watering lI) Clean-up 12) Warranty period 4. Tree Frotection a. M�asu�'ement 1) Measurezn�nt for tivs Item shall be per each as designated on Construction Drawings for pro�ection b. Payment 1) The work perfoimed and the mate��ials furnished in accordance with this Item sha[1 be paid for at the unit price bid per each "Tree Protection" for: a) Va�7ous caliper ranges c. The price bid shall include: 1) Protection of tree utilizing measures designated an Consh�uction Drawings 2) Installation of r�vork of barriers as designated on Const�lietion Drawings 3} Maintenance of pz'atection measures throughout construction comp�eted 4} Replanting t�•ee into original nr designated location 5) Excavation 6} Fef•tilization 7) Mulching 8) Clean-up includ�ng removal on constriction comp�ation of protection measures CITY pF FDRT WORT H WES�'CRECK CHANNBL MtiINTENANCE STANDA[iD CQNS�RUCTIQN SP�CIFICATIQN DOCiJNIGNTS CITY P[LO]ECTNO. ID3060 x���s�a nnar�i�22, zozi G:lprojects10318106Y-0119 Pesign19-0 Projecl Me�mel_SpeciFicetionsllOD°/a1DIV 31531 1000 Sita Clearing.docz 31 10 OD - 3 SITE CL�ARING Page 3 af 6 1 5. 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 1.3 RET�ERENCES [NOT USED� 1.4 ADNIINSTRA.TIVE REQLIIItEN�+ NTS A. Permits 1. Contractor shali obtain Tree Removal P�rmits and Urban Forestry Permits as required by the City's `I'eee Ordinance. PARD-Forestry details can be foundhere: Forastry — Welcome to the Citv of P'ort Worth (�o�twarthtexas.�ovi. Urban Forestry Compliance's ordinance and requirements are within Znning and can be found here: Zonin�— Welcot�ae to t�e City of Fort Wot�th (fortworthtexas.�ov). B. �'reinsta[lation Meetings 1. Hold a prelimina:ry site clearing meeting and include the Contractor, City �'orester {if City owned tz'ee) ar representative of Ut-ban Forestry if privately owned trees), City inspector, and the Projact Manager for the purpose of reviewingtt�e Contractar's tree removal plan. Cl�a�'Iy maric all trees to remain an the projectsite �rior to tne meeting. 2. The Contracior wiIl provide the Cily wath a Disposal Letter in accordance to Division O1. l8 I.5 SUBMYTTALS [NOT USED] 19 l.6 ACTION SUBNIIT"TAIS/INFORMATIONAL SUBNIITTALS jNOT USED] 2p 1..7 CLOSEOUT SUBMTTTALS [NOT USED] 21 ].8 MAINTENANCE MATERIAL SUBMI7'TALS [NOT USED] 22 23 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, 5TORAGE, AND HANDLING [NOT USED] 24 111 FIELD CONDITIONS [NOT USED] 2S 1.12 WAItRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOTUSED� Z7 P.ART 3 - EXECiJTI�N 28 3.1 INSTALLERS [NQT i1SEDj 29 30 31 32 3.2 �XAMINAT�ON [NOT USED] 3.3 PREPARATION A. All trees identified to be pratacted and/or preserved should be clearly flagged with sLirvey Yape as per Construction Drawings. CITY pF FpRT WORT II WESTCR�GK CHAI+IN�L 1�fAI]ZTENANCE STANDARp CONSTRUCTION SPECIF'ICATION DOCUMENTS CITY P120JECT NO. 103060 Aevised March 22, 2021 F:lprajeels503] 81067-Oi59 pesi�l9-4 Projecl Manunl_Specificetions1l06°fo1DIV 31171 Ia 00 Site Cfearing.docac 3i ioon-4 STTE CL�ARING Page 4 of6 B. Fallowing taping and prior to any removals or site clearing, t17� Contz'actor shall meel with the City, the Engineer and the Landovvnez', i�necessary, ta confirm trees to he saved. 4 3,4 INSTALLATION A. Pratection of Trees 6 i. Protect designated trees and prune trees and slirubs as shown on the Drawings. 7 Refer to the Dra�vings for tree protectiondetails. 8 2. If the Drawings do not provide trea pratectian details, protected trees shall be 9 fenced by placing 6-foot ta11 metal T-posts in a squar� around the tree trunk with 10 the eorners lacated on the canopy drip line, unless instructed otherwise. 11 3. When site co �ditians da not allo�u for the T-posts fo be installed at the drip line, the 12 T-posts may be instailed no [ess than 8 feet from the tree trunk. 4-foot hig� 12 %2 13 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 14 form the enclosure. 15 4. �'or ciiy-owned trees, PARD-Forestry permission required tfl install pi�otective 16 fencing inside of catiopy dripline (Critical Root Zone). 17 5. Addiiiona] trunk protection (eladding) is required when pratectiva fencing is 18 appro�ed within the Critical Root Zone. 19 20 21 22 23 2Q- 25 25 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 6. Do not park equipment, ser�+ice equip�n�nt, store materials, ar disturb the roat area under the branches of trees desigr�ated for preservation. 7. When shown on the Drawings, treat cuts on tre�s with an apprnved tree wound dressing within 30 minutes af making a pruning cut or othetwise causing damageto the tree. 8. Trees and brush shalj b� mulched on-site. a. Burning as a m�thod oi disposaI is notallowed. B. Hazardous Materials 1. The Contractor wiJl notify the Engineer immediately if any hazardous or questianable materials nat sho�n on the Drawings are encountered. Thisincludes; but nat limited ta: a, Floor tiles b. Etonftiles c. Shirtgles d. Siding e. Utilify� piping 2. 7'he testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing 1. Clear areas shown on the Drawings af all obstruciions, axcept those landscape features Yhat are to be presex•ved. Such ahstr�tctions include, but are not Limited to: a. Remains of buildings and other structures b. Founctations c. F1oor slabs d. Concreie e. Brick f. Lumber C1TY OF FOEtT WORT H WESTCREEI� CHAiVNGL MAIN'I'ENANCE 5T ANDARII CaNSTRUCTION SPECIFICATIOi�I DOCUM83VTS CITY PR�JGCT ND. l 03060 Revised March 2�, 2021 F:ipmjecls107181967-0l59 �esignl9-�3 Project Man�al Specificafionsl[pp%1DIV 31131 10 DO Site Clearing.docx 31 1000-5 SITE CLEA[2II�IG Page 5 of 6 1 2 3 4 5 6 7 S 9 10 lI 12 13 14 l5 16 17 18 19 20 2] 22 23 24 25 26 g. Plaster h. Septic tank drain fields i. Abandoned utility pipes br conduits j. Equipment ic. Trees l. Fences m. Retaining walls n. Dther items as specified on the Drawings 2. Remove vegetation and at�ier landscape features not designated forpreservatian, whether a6ove or below graund, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone �, Sidewalks f. Drainage structures g. Manholes " h. Inl�ts i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with 5ection 02 41 1�-. 4. In areas receiving embankment, rernave obstruciions not designated for preservation to 2 feet beIow ttat�tral graund. 5, In at�eas to be exca�ated, remo�e obstructions to 2%et below the exoavation tevel. 27 6. [n al� other areas, remave obstructions to 1 foot beiaw naturalground. 28 7. When allowed hy the Drawings ar direcfed by fhe Engineer, cut t�ees and stumps 29 off ta ground Ievel. 30 a. Removal af existing structures shall be as per Section 02 41 13. 31 D. Disposal 32 1. Dispase of all trees within 24 hours of remo�al at an approved off-site�acility. 33 2. All materials and debris removeti becoznas the prpperty of fit�e Contractor, unless 34 atherwise stated on iheDrawings. 35 3. The Contractor will dispose of material and debris off-site in accardance with local, 3b state, and federal laws andregulations. 37 3.5 REPAIR [NOT USEDI 38 3.6 R�-INSTALLATION [NOT USED] 39 3.7 FIELD QUALTTY CONTROL [NOT USED] 4D 3.8 �YST�M STARTUP [NOT US�D] �1 3.9 ADJUSTING [NOT rTS�D] 42 3.10 CLEAN�NG [NOT iIS�D] 43 3.1.1. CLOSEOUT ACTIVITIES [NOT USED] C1TY OF FORT W�RT H WES�'CREE[C CHANNEL MA1NT�.NANCE STtt1�AILD CONSTRUCTIa3�i SPECIFICATTQN DOCiINIENTS CITY PItOJECT 1V0. 103D6D 12evised March 22, 2021 F:VpmjectS4071610G7-0119 Design49-0 Projecl Manual_3peeificatinns't1003o1➢TV 31131 1006 Siie Clearing.dor�c 31 t000-b SIi'E CLCARING Page 6 af6 1 3.12 PROTECTION [NOT USED] 2 3.13 MAIlVT�NANCE [NOT USED] 3 314 ATTACffiVI�NTS [NOT USED] 4 S � I DATE I 12/20/2012 � 3/22/2021 G END OF SECTION Revision Log NAME SUMMARY OF CHANGE D. Johnson L4,A Peimits: Remo�ed ordinance nwnUer and added City's website address M Owen 1.2 Glariiied measure�nent and payment. I.4. Clarified administ��ative requirements. � 3.4 Ciari�ed additional installation requuements for t�ee pratectfon and disposal. Cl"CY OF FORT �bRT Ii VV�STCItEEK CHANNEL MAINTENANCE STtI�]DARp CQNSTRUCTIONSPCCif'ICATION 1]OCUIVIENTS GITY PR07ECTNd. ]03060 Revised Mareh 22, 2021 F:lpeajeela5031810G7-0119Ues�gnl9-4PrpjectManual Specificnlionsl[00%1D1V3113] ]OOOSiteCPearing.docx 3V2316-1 UNCLASSIFIED 6XCAVATION Page 1 oCG SECTI�N 3123 16 UNCLASSIFIED EXCAVATION PARTI- GENERAL 1.1 �UMIVIAItY A. Sectian IncIudes: 1, Exca�ate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typica.l sections shown on ihe Drawings and removal from site. Excavations rnay incl�de constructian o� a. Roadways b. Drainage Channels c. 5ite Excavation d. Excavation for Structures e. Or any other op�ration involving the excavation of on-site materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 5ections inclUde, but are not necessarily limited ta: 1. Division 0— Bidding Requirements, Cantract Forms and Conditions of tlie Contract 2. Di�ision 1— G�n�ral Raquirements 3. 5ection 31 23 23 — Borraw (By Reference) 4. S�ctinn 31 24 QO — Embankments 1.� PRICE AND PAYMENT PROCEDURE� A. Measurem�nt and Payment 1. Excavation by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits ofrueasurement aa•e shown on the Drawings. 2) When measured by the cubic yard sn its final position, this is a plans quantity measurement Item. The quantity ta he paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be inade if adjustments af quantities are required. b. Payment 1) The work performed and materials furnished in accordance with this Item and measui�ed as provided under "Measurement" will be paid for at the unit price hid per cubic yard of "Unclassified Excavation by Plan". No addiiinnal campensation will be allowed for rock or shrinkage/swell facYors, as these are the Contractor's responsibility. c. The price bid sha61 incIude: 1) Excavation �} Excavation Safety 3} Drying 4} Dust Control CITY OF F�RT WORTH W�STCRCEK CHAI�NBL MAINTENAAFCE STANDARD CONSTRIIC'I'lONi SPECIFICATI01� DOCUMEAFTS CITY PR03ECT NO. 103fl6p Revised.Failuary 28, 2Q13 T:lprojec1s103I85057-0114 Dcsignl9-�s Projett Manual_Speciftcstionsll0�°11D1V 3EY31 23 1G Unclassified Exc�vasion,doc 3123 k6-2 UNCLASSIFIED EXCAVAi"ION Page 2 of 6 5} Reworking or replacing lhe over excavated material in rock cuts 6} Hauling 7} Disposal of excess rnaterial not used elsewhere onsite 8) Scarification 9) Clean-up 1.3 REFERENCES [NOT USED] A. D��nitions 1. Unclassified Excavation —�ithout regard to materials, a11 excauations shall be cansidered unclassified and sl�all include all materials excavated. Any reference to �ock or other materials on Yha Drawings or in the sp�cifica�ions is solely far the Cify and the Contractor's information and is not ta be taken as a classification of the excavation. 1.4 A.DMIN�TRA.TNE REQUIREMENTS A. The Contractor will pra�ide the City with a Disposal Letter in accordance ta Division ox. I.� SUBMITTALS [NOT USED] I.6 ACTIDN SUBMTT'TALSIXNFORMAT�ONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMXTTALS INOT US�D] 1.9 QUALXTY ASSURANCE A. Excavaiinn Safety 1. The Contractor shall be solely responsible for making all excavations in a safe manner. 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety s�andards 29 CFR part 1926 and state requirements. 110 DELNERY, STORAG�, AND HANDLING A. Storage I . Within E�sting Rights-af-Way (ROW) a Soil may be stored within existing ROW, easements or temporary construction easements, unless speci�ically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When fhe Work is performed in active traff'ic areas, stot�e materials only in areas barricaded as provided in the trafiic control plans. e. In non-paved areas, do not stare material on the raot zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Docu.ments dp not allow the storage of spoils within the ROW, easernent or temporary const�•uctian easement, then secure and maintain an adequate storage loeation. b. Provide an affidavit that rights have been secured to store the materials on private property. CITY OF FORT WORTH WESTCREEK CHANNEL MAINTENAI+lCE STANI7AILD CONS`1'1tUCT10N SPECIFICATION DOC[JMENTS CTTY PROJCCT NO. I D3460 Revised Ianuary 28, 2013 F:Iprajects10 3 1 81067-0119I?rsigol9-4ProjeUManual SpecificaliansVl00%VDIV311312316ilnclassi[edExcevaEion.dac 312316-3 UNCLASSIFIED �XCAVATION Page 3 of6 c. Provide erosion conhol in accordance with Section 31 25 Q0. d. Da not bloc[c drainage ways. 1.11 FIELD C�NDXTYONS A. �xisting Canditions 1. Any data which has been or may be provided on subsut'face conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is e�ressly understood that neither the City nar the �ngineer will be responsible for interpretations or conclusions drawn t�►ere frorn by the Contractor. 2. Data is rriade available for the convenienc� of the Contractor. 1.1Z WARRANTY [NOT U�ED] PART 2 - PRODUCTS [NUT USED] 2.1 OWNER-FiT�21VISHED [NOT USED] �.2 PR4DUCT TYPES AND MATERIALS A. Materials 1. Unacceptable Fill Material a. In-situ soils classified as ML, MH, PT, OT� or OH in accordance with A�TM D2487 PART 3 - �XECUTI�N 3.1 XNSTALL�RS [NOT USED] 3.2 EXAM�NATXON [NOT USED] 3.3 PREPARATYON [NOT USED] 3.4 CONSTRUCTION A. Accept awnership of unsuitable or excess material and dispose of �naterial off-site accordance with local, state, and federal regulatians at locations. B. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of wate r that is applied for dust contral. C. Se�arate Unacceptable Fi1I Material from other materials, remave fram the Site and properly disposa accarding to disposal plan. D. Maintain drainage in the excava�ed area to avaid damage ta the j'oadway sectiUns and praposed ar existing structures, E. Correct any damage to the subgeade causad by weather, at no additiona{ cost to the City. F. Shape slapes to avoid loasening material below or outside the p�•oposed grades. Remove and dispose of slides as directed, G. Rack Cuts 1. Excavate to finish grades. L'1"1'Y OF NQRT WOKTf-I WESTCR�CK CHAiYNEL MAINTENANCE STANDARD CdNSTRCICTION SP£CIFICATION dOClIIv1E?�I'tS C1TY PRQ7ECT [�TO. l Q306D Revised ]anuary 28, 2013 F:lpmjecls1031&ti067•0119I7esignl4-4 ikajeG Ms��ual_Epec�cationsllOD°/IkJIV 3k13] 23 ]fi UttclasifiedExcavation.doc 31231fi-4 UNCLASSIFIED EXCAVATION Page 4 of 6 2. In the event of over excavation due to contractor error below the Eines and grades established in the Drawings, use approved embankment inateria.l corr�pacted in accordance with Section 31 24 00 to replace the over e�cavated at no additional cost to City. H. Ear� Cuts 1. Exeavate to finish subgrade 2, In the event of over excavation d�e to contractor error below the iines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace tl�e over excavated at no additional cost to City. 3. Manipulaie and compact suhgrade in accordance with Section 3I 24 00. 3.5 REPAiR [NOT USED] 3.6 RE-IlVSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances I. Excavate to witl�in 0.1 foot in aI1 directions. 2. In areas of over excavation, Contractor provides fiIl �naterial approved by the City at no expense to the City. 3.8 SYSTEM STARTUP �1�TOT USEDj 3.9 AD�TSTING [NOT USED] 3.10 CL�ANING jNOT USED] 3,11 CLDSEOiTT ACTIVITIES [NOT USED] 3,12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT LTSED] 3.�4 ATTACHMENTS [NOT USED] �ND OF SECTION CI1"Y OF FpRT WDEtTH WHSTCREEK CHANNEL MAINTEN.�NCB STANDARD CON3TRUCTIDN SPECIFECA'f10T► DQCUMEN'I'S CITY PROJECT N0. [ �3060 Revised danuary ?8, 2013 F:lprojecls103181067-0719 Design59�d ProjOC! Menual_Speei�iCBtio�s1100°1oVbN 31131 23 ]6 i7nclassified Ezcavati0n.doe ����r� UNCLASSTFIED EXCAVATION Page S nf 6 Revision Lng DATE NANIE 12120/2Q12 D.,Tohnson 1/28I13 D. Jolmson 3UIVIMARY OF CHANGE I.2 - Measurement and Payment Section modifled; Blue Text added far clarificatin❑ 1.2 —Modified Bid Item names in payment section to differentiate between Payment Metl�ods on 6id list. CITY OF FOR'1' WORTH W�.STCRE�K CHAMQEL MAINTENANCE STANDARD CbNSTRUCTION SPECIFICATEOI+i DOCLRvIENTS C1TY PROiECT NO. ] 03060 Aevised 7ani�ary 28, 2013 F:lpeojects50318[067-91�9 designl9-4 Protect Menval_5pecificationslla6%1�IV 3]131 23 16 Unclacsi('ied Exexvation.doe 312316-6 UNCLASSIF{EB EXCAVATTON Page 6 of 6 PAGE IS LEFT SLANK INTENTIONALLY C1TY OF FpRT WORTII WESTCItEEK C�IANNEL MAIlVTENANCE STANDARD CONS7'RCICTI41+! SPECIFICATIpN DOCUMENTS CITY I�ROJ�CTNO. 1030G� Revised January 28, 2013 F:Sprojecls103 ]SCOU7-�119 Designl9-0 Praject Manunl_Speci£�calionsl100%1b]V 3113 1 23 16 UnclassiFied 6zcavation.doc 3125D0-1 EROSION ANI] S�DTMENT CONTROL Yage [ of 9 1 2 3 PART 1- G. � i SECTION 31 25 p0 ER05ION AND SEDTMENT CONTROI, 4 1,] SiTM11�ARY 5 A. Section Includes: 6 1. Itn.plementation afihe projeet's Storrn Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance, reznoval of erosion and sediment cantrols devices, 8 and establishment of final stabilization. 9 B. Deviations from this City of Fort Worth 5tandard Specif'ication 10 1. None. 11 C, Related 5pecif`dcation Sections inc[ude, but are not necessarily limited to: 12 1. Divisian 0—Bidding Requirernents, Cont�•act Forms and Conditions af the Contract 13 2. Division 1—Genej•aE Require�nents 14 L2 PRICEANDPAY1ViELVI' PROCIDUI2ES I5 I6 I7 18 19 zo 21 22 23 24 25 26 27 28 29 34 3r 32 33 34 35 3b A. Measurement and Payment 1. 5torm Water Pollution Pre�ent�on Plan <1 acre a. Measurement I) This Item is cflnsidered subsidiary to the various Items bid. b. Payment 1) The work perfarmed and the materials furnis�ed �n accordance with th�s Ttem are su6sidiary to the structure or �tems being bid and no ather compensation will be allowed. 2. StQt'm VJater Pol�ution Prevention Plan ? 1 acre a. Measuremezat for this Item shall be by iump sum. b. Payment 1) The work performed and the material� furnished an accordance with this Itexn shall be paid for at the lump sum price bid for "S'P�PPP > l. ac�•e". c. The price bid shall include: 1} Prepa�ation of SWPPP 2) Implementatian 3} Permitting fees 4) InstalIation 5) Maintenance b} Removal 7) Obtaining and/or complying w ith grading andlor iill permits, if r�qu�red 8) Final stabilization 37 I.3 REI'ERF,I�TCF.S 38 A. Reference Standards 39 1. Re�erence standards cited in this 5pecif'ication refer ta the current reference AQ stiandaa�d pubGshed at the time of�he latest revision date logged at the end of this 41 Specification, unless a date is specifically eited. C1TY OP FORT WOIiTH WESTCREEK CHANNEL MAINT�TIANCC STAN]]AItD CONSTRiTCTION SPECIFICATJQ3*! DOCIIMCNTS CITY PRb7ECTl�iO. ]03660 Revised April 29, 2d21 3] 2500-2 EROSION AN1� S�DIMENT CONTROL Page 2 of 9 1 2 3 � 5 6 7 8 9 10 11 12 13 14 1.4 2. ASTM Standard: a. ASTM D3786, Standa�•d Test Method far Bursting Strength of Textile Fabrics—Diaphragna Burst�ng Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking I.oad an�d Elangation of Geatexti��s c. ASTM D4751, Standa��d Test Method for Determining Appa.rent Op�ning Size of a Geotaxtile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembrarxes and Related Products 3. Tex�s Cammissian on Environmental Quality (TCEQ) TPDES General PerznitNa. TXR150000 4. T�DDT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary �editx�ent Control Fence Fabric" ADMIIVISTRATIVE RF�Qi1IREl1+IELVTS [NOT IISID� 15 I.5 SiTBMITTALS 16 A. Starm Water 1'ollution Prevention Plan (SWPPP) I7 B. TCEQNotice ofIntent (N�I) for Storm WaierDischarges Assoc[ated with I S Construction Activity under the TPDES General Permit 19 C. Canstruction SiteNotice 20 D. TCEQNotice af Termination (NOT) for Storrn Water Di�charges Associated with 21 Constructioza Activity under the TPDES General Permit 22 E. Notice of Change (if applieable) 23 F. Grading and/or fill permit, if required 24 25 ].6 AGTION SiTBNIITTALSIINFORMATIONAL SiTBMITTALS [NOT USID] 26 1.7 CLOSEOiIT 5i7BNIITTALS [NOT USED] 27 1.$ MAINTINANCE MAT�RIAL SiTBMITTALS [NOT LTSID] 28 29 30 31 1.9 QUALITY AS�iTRANCE [NOT IISID] 1.10 DELIVF,RY, STORAGE AND HANDLING [NOT ClSID] 1.11 FIELD [SITEj CONDITIONS [NOT i1�ID] 1.12 WARRANTY [NOT USID] 32 PART 2 - PRODUCTS 33 2.1 OWNEI�-F[IRIVISHED [oR� OWNIIZ-SXIPPLIID PRODUCTS [NOT iTSED] 34 2.2 PRODi7CT TYPES AND MATERIALS 35 A. Rock Filter Dams 36 ] . Aggz'egate CITY OP i'OR`l' WOR`I'H GVESTCREEK CHANNEL MAIi�lTENANC� S'I'ANDARD CONSTRUGTION 5PEC1F'ICATIOIV DQCUMEN'I'S CITY PROJECT Np, 10306D Revised April 29, 2021 3� asao-3 ER05ION AND SEDIMENT CONTROL Page 3 of 9 1 a. Furnish aggregate with hardr�ess, durability, cleaniiness and resistanca to 2 crumhling, flakmg and eroding acceptable to the Engine�r. 3 b. Provide the following: 4 1} Types 1, 2 and 4 Rock Filter Dams 5 a) Use 3 to 6 inch aggregate. 6 '2} Type 3 Rock Filter Dams 7 a) Use 4 to 8 inch aggregate. 8 2. Wire 9 a. Provide minimum 20 gauge galvanized w ire for the steel wire mesh and tie l0 wires for Types 2 and 3 rack filter dams 11 b. Type 4 dams require: 12 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2'/z 13 inch�s x 3'/4 inches 1� 2) Minimum Q.086b inch steel wire fnr netting 15 3) Minimum 0.1063 inch steel wire for selvages and corners 16 4) Minimum 0.0866 inch far binding or tie wire 17 B. Geotextile Fahric l8 l. Place the aggregate over geotextile fabric meeting the fallowing crite�•ia: l9 a. Tensile St�'eng,th of 2SQ pounds, per ASTM D4632 20 b. Puncture Strength of 135 pounds, per ASTM D4833 21 c. Mullen L'urst Rate of 420 psi, per ASTM D3786 22 d. Apparent Op�ning Size of No. 20 (rn�), per A,�TM D4751 23 C. Stabilized Construction Entrance� 24 1. Provide materials that meet the details shorvn on the Drawings arid this Sectian. Z5 a. Provide crushed aggregate for long and shori-term construc�ion e��s. 26 b. Furnish aggregates that are clean, hard, durable and free from adherent coatin� 27 such as salt, alkali, cfirt, clay, Loam, shale, soft or flaky materials and organic 28 and ir�jurious matter. 29 c. i7se 3 io 5 inch coa�•se aggregate with a minir�zum thickness af 12 inches. 30 d. Th� aggregate shall be placed over a�eotext�.e fabric meeting the following 31 critaria: 32 1) Tensile Strength of 300 pounds, per ASTM D4632 33 2} Puncture 5trength of 120 pounds, per ASTM D4833 34 3) Mullen Burst Rate of COQ psi, per ASTM D37$b 35 4) Apparent �pening Size af No_ 40 (m�), per ASTM D4751 36 37 38 39 4a 41 42 �3 � 45 4b D. Embankment for Erasion Contral 1. Pravide rnek, loatn, clay, topsoil or other earth materia�s that wiil form. a stable embankment ta meet the intended use. �. 5andbags L. Provide sandbag material of palyprnpylene, polyethylene ar pnlyamide wo�+en fabric with a minimum unii weight of 4 ounces pej• square yard, a Mullen bursi- strength exceeding 300 psi, and an ultra�iolet stabili�y exceeding 70 percent. 2. Use naturai coarse sar�d or manufactured sand meeting the gradatian given in Tahle 1 to fdl sandbags. 3, Filled sandbags must be 24 ta 30 inches long, 16 Co 1$ inches wide, and 6 to 8 inches thick. �]TY nF FpRT W(3RTH WE3TCREEK CHANNEL MAIN"I'6NANCE STANDARD cONSTRUCTION SPECIFICAT[ON nOCUMENTS CITY PR07ECT NO. 103060 Reviseci ,4�ri[ 29, 2021 31 25 00 -4 ERpSION AND S�DIMENT CONTRDL Page 4 of 9 1 Tabla 1 2 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 perc�nt 200 95 percent 3 4 5 6 7 8 9 10 1l 12 [3 I4 i5 16 17 18 19 20 21 F. Temporat'y Sediment Control Fence 1. Provida a net-reinfarced fence using woven geo-textile fabric. 2. Lagns �isible tn th� traveling public will not be allowed. a. F'a6ric 1) Provide fabric materia�s in accordance with DMS-6230, "T�;mporary 5ediment Control Fence Fabric." b. Posts 1) Pro�ide essentially straight wood or steel posts rrvith a minimum length af 48 inches, unless otherw ise shown on the Drawings. 2) Soft wood posts must be at �east 3 inches in diamet�er or narnix�al 2 x 4 inch 3) Hardwond posts must have a minimum cross�section af 1-1/2 x 1-i/2 inch 4) T- or L-shaped steel posts mUst have a minimum weight of I.3 pounds �er foot. c. Net Reinfarcement 1) Provide net reinforcerrient ofat least 12-1/2 gauge galvanized welded wire �esh, with a znaximum opening size of 2 x 4 incl�, at least 24 inck►es wide, unless otherwise shown on the Dravvazzgs. d. �taples 1) Provide staples �v�h a crown at Ieast 3/4 inch �ide and legs 1/2 inch �ong. 22 2.3 ACCESSORIES [NOT USID] 23 2.4 S�URC� QUAL�TY C[}NTROL [NOT USID] ► -!_71.��1_I[c� �►:� ��li�_y_U].►1 25 3.I INSTALLERS [NOT USID] 26 3.� EXANIINATION [NOT CJSED] 27 3.3 PREPARATION [NOT USED] 28 29 aa 31 32 33 34 3S 3.4 INSTALLATION A. Storm Waier Pollution Prev�ntian Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP} in accot•da.nce with the TPDES Construction General Perinit TX.R15Q000 requirernents. Prevent water pollution from storrn water runoff by using and maintaaning appz'op�'iate structural and nanstructural BMPs to reduce pollutants discharges to ihe M54 from Lhe construction site. B. Control Measures CTI'Y OF FORT WORTH WEBTCREEK CIIANNEL MA[NTENANCE STANAARD CONSTRUCTION SPECIFICATIpN dDCUMEIVTS CITY PRQJECT%IO. I0306D Revised April 29,2021 31 25 q0 - 5 EItpSTpAf AiYD SEDIlI�ENT CONTAOL Page5of9 r►a 4 5 9 10 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1. Implement control meas ures in the area to be c�isturbed before beginning construciion, or as directed. Litnit the disturbanee to the area shown on the Drawings or as direeted. 2. Cantral site waste such as discarded building maierials, concrete truck washout r�vaier, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, th� Contractor catulot cantrol soil erosion and sedimentation resulting fi•om constructinn aperations, the Engineer will li�nit the disturbeci area to that which the Contractor is able to controL 4. Immediately corr�ct ineffective controI rneasures. Implement additional contro]s as direcied. Re�o�e excavated material within the time requirements specified 'n1 the applicable storm �vaier permit. S. Upan aeceptance of vegetative cover by ihe City, remove and dispose of all teznporary cantrol measures, tempot�ary embankments, bridges, matting, faL�evc+orlc, piling, debris, or ather obstructiflns placed during construction that are not a part of the finished work, or as directed. C. Dt� not locate disposal areas, stockpiles, or haul roads in any wetland, water hody, �r st�•eambed. D. Do nat instail tetriparary construction crossings in or across any water body wiihoui the prior appraval of the appropriate resoUrce agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertiGzers at an approved iocation. Keep paints, chemica�s, solvents, and fertilizers off bare gz�ound and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perfarm work in accardance with the TPDES Construction General Permit TXR150000. 2. When approved, sediments may be disposed of within err�bankments, or ir� areas where the material wilI not eontri�ute ta further siltation and when appropriate stabilization is provided. 3. Dispose of removed material in accardance with federal, state, a�1d local regulations. 4. Remo�e devices upon approval or when direct�d. a. Upon removal, finish-grade and dress the area. b. Stahilize d�turbed areas in accardance with the permit, and as shown on the Drawings or direcied. 5. The Contractor retains awnership oi stackpiled rnatei ial and must remave it frorn th� project when ne�v installations or repIacemenis are no longer reqUired. G. Rock Filter Dams for Erosion Cantrol 1. Re�nove trees, brush, stumps and other objectionable material that may interfere with the const�•�.►ction Qf rock filter dams. 2. Place sandbags as a foundation when required or at #he Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. CITY pF FORT WORTH WE3'T'CREEKC[IANNELMAINTENANC� STAI�iDALtD CONSTRUCT[ON SPECI�'ICATION DOCUMENTS CITY PItpJECTNp, 103p60 Revised April 29, 2D23 3� zsoa-� EROSION ANI7 SEdIMEN"I' CONTROL Page b of 9 4. Par Types 2 arid 3, placa the aggregate an the mesh and then foId the mesh at the upstream side ov�r the aggregate and secure it to itself on the downstream side with wire iies, or hog rings, ar as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 atherwise directed. 6 6. Construct tiiter dams according to the folIow ir�g criteria, unless otherw ise shown an 7 the Drawings: S a. Type 1 (Non-reinforced} 4 1) Haight - At ieast 18 ir�ches measured vertically from existing grou�d to top 10 of fdter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 b. Type 2 (Reinforced) 14 1) Height - At least 18 inches measured veriically fram existing ground to top 15 of filter dam 16 Z) Top Width - At L�ast 2 feet 17 3) Slopes - At most 2:1 18 c. Type 3 (Reinfarced) I9 1} Height - At least 3b itxclaes measured vertically from existing grovnd to top 20 �f iilter dam 21 2} Top Width - At least 2 feet 22 3) 5Iopes - Ai �r►ost 2:1 23 d. Type �4 (Sack Gabions} 24 1) Unfold sac�C gabions and smooth out kinks and bends. 25 2) For vert�cal filling, cannect the sides by lacing in a single Ioop—double loop 26 pattern on 4- to 5-inck�es spacing. At 1 end, puIl the end lacing rod until 27 tight, wrap around the end, arzd �wist 4 times. At the filliFig end, fill with 28 stone, pull the rod tight, cut the w ire w�ih appraxunately 6 inctaes 29 remaining, and twist wu�es 4 times. 30 3) For �orizontal filling, place sack flat in a iilling trough, fi�l with stane, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to exzsti�g cantours. 34 e. Typ� 5 35 1) Provide rock filter dams as shawn onthe Drawings. 36 37 38 39 40 41 42 43 � 45 �35 �}7 H. Construction Entrances 1. When tracking conditior� exist, prevern traffic from crossing ar exiiing the canstruction site ar moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other t�an at the lacation af construction entrances. 2. Place the exi� over a foundation caurse, i� necessary. a. Grade the foundation caurse or compacted subgi•ada ta du•ect runa� fi�ozz�. the constructian exits to a sediment trap as shown on the Drawings or as direcied. 3. At drive approa�hes, make sure the construction entrance is the fUll width of the dz'ive and meets the Iength shown on t�e Drawings. a. Th.e width sha11 be at least 14 feet foj• 1-way and 24 feet for 2-way traffic for ali other pQints of ingress ar egress or as directed by the Engineer. I. Eartl�►work for Erasion Control CITY bF PORT WORTH W�STCCZEEK CIIANhEEL MAII�TENANCE STANDARD COI�'S'CftUCTION SPECIFICATION DOCiTMENTS CITY PROIECT I*IO. 103QG0 Revised April 29, 2021 �i asoo-� �ROSION AND SE�IM�1�`I' COIVTROL Page 7 of 9 1 1. Pert'orm excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion control devices. 3 a. Exca�ation and Embankmeni for Erosian Contral Measures 4 1) Piace earth dikes, swales nr combinations of both alor►g the Iow crown of 5 daily lift placement, or as d�rected, to prevent runoff spiliover. 6 2) Place swales and dilces at ather locatrons as shown onthe Drawit�gs or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erasion of hillsides. 10 4) Construct s�diment ir�ps at drainage struetures in conjunction with other 11 erosion control measures as shnwn on ihe Drawings or as directed. 12 5) Where required, create a sediment basin providing 3,.600 cubic feet of 13 storage per acre drained, or equi�alent contral rneasures far drainage 14 locations ih�t serve an areawith 10 ar more disturbed acres at 1 iime, nat 15 including affsite areas. 16 b. Excavation of S�dinlent and Debris 17 1) Remove sediment and debris when accumulation affects the performance af 1 S the devices, after a rain, and when directed. 19 2) Remove sediment from sediment traps and sediment�tion pands no later 20 than the tune that design capacity has 6een reduced by 50%. 21 22 23 24 Sandbags for Erosion Contj-ol Canstruct a berm flr dam oisandbags that will intercept sediment-laden storm water runoff from distLirbed areas, create a retentian pond, detain sediment and release water in sheet flaw. 25 2. Fil3 each bag with sand so thai at least the top 6 inches ofthe bag is unf'illed to 26 allow for proper tying of ti�e apen end. 27 3. Place the sandbags with iheir tied ends in the sarne direction. 28 4. Offset subsequ�nt rows of sandUags 1/2 the length af the preceding row. 29 5. 1'lace a single layer af sand�ags downstream as a secondary debris tr�p. 30 6, P(ace addiiionai sandbags as necessary or as directed for supplementary support to 31 berrns or dams of sandbags or earth. 32 K Temporary Sediment-Contxol Fence 33 1. Provide temporary sediment-control fence near the downstream perimeter of a 3� disturbed areato intercept sediment fram she�t flow. 35 2. Incorporate the fence into erosion�controlmeasures used ta cantrol sedimeni in 36 areas of higher flow. Install the fence as shawn on the Drawirigs, as specified in this 37 Section, or as d'u•ected by the �ngin�er nr City representati�e. 38 a. Post Installation 39 i} E�nbed posts at least 18 inches deep, or adequately anchar, i�in rock, with a 40 spacing of 6 to S feet and install on a slight angle toward th� run-off sou��ce. 4i b. Fabric Anchoring 42 I) Dig trenches along the uphill side of the fence to anchor 6 to $ inches of 43 fabric. 44 2) Provide a minimum trench cross-section af 6 x 6 inches 45 3) Pia�e the fahric against the side of the trench and align approximately 2 46 inches of fabric aIong the bnttom in the upstream direction. �7 4} Backfill the trench, then hand-tamp. CITY pF FORT WDRTH WESTCREEK C[-IAI�NFL MAINT�NANCH STANDARD CONSTRUCTION SPECI�ICATiON DOCUivI�NTS CITY PROJECTNO, 103060 Revised April 29, 2021 3I 2500-8 ��aS10N ANI] S&DIMENT CONTRQL Page 8 of 9 l 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 c � Fabric and Net Reinfarcement Attachment 1} Unless otherwise shown underthe Drawings, attach the rernforcernent to wonden posts with staples, ox to steel posts with T-clips, in at least 4 pIaces equally spaced. 2) Sewn vertical pockets rx�ay he used to attach reinforcerr►eni to end posts. 3) Fasten the fabric to the top st�•and of reinforcernent by hog rings or cord every 15 inches or less. Fabric and Net Spl�ces 1) Locaxe splices at a fez�ce post with a rfajr�imum lap of 6 incHes attached in at least 6 places equally spaced, unless otherwise shown underihe Drawings. a) Do not Eocate splices in concentrated flow areas. 2) Requirements for install�tion of used temporary sediment-conLrol fence include the fallowing: a) Fabric with minimal or no visibie signs af biodegradation (weait fibers) b} Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts witho�t bends d) Backing withoutholes 19 3.5 REPAIR/RES'PORAT[ON [N�T USID] 20 3.6 R�INSTALLATION [N�T USID] 21 3.7 k'IELD. �oR] SI1� QUALITY CONTROL [NOT USID] 2z 3.8 SYSTEM START[IP [NOT USID] 23 3,9 ADJi]STING [NOT I1SED] 24 3.1p CLEATiING 25 A_ Waste Managemer�t 26 1. Remove sed'zment, debris and litter as needed. 27 3.11 CLOSEOUT ACTIVITIFS 28 29 30 31 32 A. Erasion c�nt�•al measLues remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Fstablish a uniform vegetative cover with a density of 7Q percent on aIi unpaved areas, an areas nnt covered by permanent str�ctures, or in areas where permanent erosion controi measures (i.e, riprap, gabions, or geotextiles) have been employed. 33 C. Once vegetative cover is achieved, the contractor shall remove all temporary contral 34 measures, before firial pro3ect acceptance. It is the contractor's responsibility to re�nave 35 all tempax'ary control measures, unless transfer af maintenanee and su�sequent removal 36 is transferred to another entity in writing. 37 D. LTpon achieve�nent of final stabilization, submit NOT ta TCEQ, and provide a capy of 38 theNOT to the City of Fort Worth"s Envn•onmental Qualiiy Division, if required. 39 E. Complete and s�bmit a Final Grading Certif'icate to Developrr�ent Services, if required. CCfY OT' FOR`I' WOItTH W�STCREEK Cl-IAN�I�L MAIiV'1'�NAiVCE S'I'ANDARD CONiSTRiJCTION SPECIFICATIQN D�CUM6NTS CITY PAOJECT NQ. 103060 Revised April 29, 2021 312500-9 EIiQSION Ai�II? SEI7IME�VT CONTRDL Page 9 of 9 l �►a 3.12 PROTECTION [NOT USIDj 3.13 MAINTINANCE 3 A. Install and maintain the iniegrity af temparary erosion and sedinnentatian control 4 de�ices to accumUlate silt and debris until earthwnrk construction and permanent 5 erosion contro] features are in place or th� disturbed area has b�an adequately stabilized 6 as determined 6y the Engineer. 7 B. Iia device ceases to funetion as intended, repair or replace the deviee ar �ortions 8 thereof as necessary. 9 10 11 12 13 14 15 C. Perform inspections of the construction site as presc��ibed in the Construction General Permit TXR150000. D. Records of inspections and madif'ications based on the results af inspections must be maintained and available in accordance with the perzrait. 3.14 ATTACHMENTS [NQT USIDj Errn oF sECTTort Revision I,og lb DATE NAME SUMMARY QF CHANGE 1,1 A. 1, Revised Ianguage re: what section includes, 1.2 A. 2. c. Clarified items inchided in price, l.5 Added itemsto list of submittals, 2.2Revised language under Apri124, 2021 lVI Owen product typeslmaterials, 3.4 Revised lang��age ur�dar "Insf allatian", and 3.1 I C. Added language to clarify responsibility to remove temporary protection device and empl�asize clearing of ROW CITY (?P I'ORT WQRTH WESTCREEK CHANIVEL hrIAINT'�NANC� STANBARD CONSTRUCTION SPECIFICATFOI+I DOCUM�NTS CITY FRO.TECT NO. 103Q60 Revised April 29, 2021 PAGE IS LEFT BLANK INTENTIONALLY 321320-1 CpNCRETE SmEWALK3, DRIVEWAYS AN➢ BARI2IEIt FItEE FiAMPS Page I oF6 2 SECTION 32 13 20 CONCR�TE SID�WAL.KS, DRIVEWAYS AND BARRIER FREE R.AMPS 3 PART 1 - GEI�TF.RAI� 4 1.1 SUNIlI7ARY 5 6 7 8 9 10 A. Sectian Includes: 1. Concrete sidewalks 2. Driveways 3. Sarrier free ramps B. Deviations from this City of Fort Worth Starfdard Specification 1, None. 11 C. Related Speciiication Sectior�s include, hut are nnt necessariiy Limited to: 12 l. Division 0- Bidding Requirements, Contract Forms, a.�ld Conditions of the Contract 13 2. Division 1- General Requirements 14 3. Section 02 41 13 - 5elective Site Demolition 15 4. Section 32 13 13 - Concrete Pavizzg lb 5. Section 32 13 73 - Concrete Paving Toint Sealants 17 1.2 PRICE AND PAYMENT PROCIDURES 18 19 2a 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Cancrete Sideivalk in its final position for varioUs: a) Thicknesses b} Types b. Payment 1) The work p�rformed and mate�•ials furnished in accordance with this Item and measured as provided under "Measurem��t" will be paid for at the unit price bid per square foot aiConcrete Sidewafk. c. The price 6id shall include: 1) Excavating and preparingthe subgrade 2} Furnishing aa�d plactn.g alI materials 2. Concrete Curb at Back of Sidewaik (6 to 12 inch maac} a Measurement 1) Measurement for this Item shall be by the ]inear foot of cornpleted and aecepted Concrete Curb at the Back of S�de�vaik within the 6 ta 12 inch curb height at back of walk in its final position. b. Payrnent 1) The vt+ork performed and materials furnished in accordance with this Item and measured as pravided under "Meas�.irement" will be paid for at the unit price bid per linear foat af Concrete Curb at the Back of Sidewallc. c. The price bid shall include: 1) Excavating and preparing the subgrade CETY OF F'OIRT WORTH STANI7ARD CONSTRUC'I'ION SPEClI'ICATION �QCUM�I�TS Revised April 29, 202] WESTCRESK CI�EANNE[, NIAINTENANC�. CITY PR�.TECT NO. ] d30GQ 32 13 20 - 2 CQNCRETE SIDEWAL,KS, bRIVEWAYS ANI} BARRIER FREE RAMPS Page 2 of b 2} Furn�shing and placing all materials, including concr�te and reinforcing steel 3} E�cea�ation in hack of "j•etaining" curb 4} �urnishing, placing, and compacting backfill IO I1 i2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 �8 3. ConcreteDriver�ay a Measuremen# 1) Measurement for this Item shall be by the square fooi af completed atad a�cepted Cancrete Driveway in its final pasitian for various: a) Thicicnesses b) Types 2) Dimensions will be taken from the bacl� of the projected curb, including the area of the curb radn and will extend to the Limits spec�ied in the Drawings. 3) Sidewalk partion ofdrivewill be included in driveway rneasurement. 4) Curb on drive will be included in the driveway rr►easur�ment. 6. Payrnent 1} The wark performed and materials furrushed in accordance with this Item and measured as provided uzider "Measurement" will 6e paid for at the unit price b�d per square foot of Concrete Driveway. c. The price bid shall inciude: 1) Exca�ating and preparing the subgrade 2) Furnishing and placing ali materials 4. Barrier Free Ramps a. Measureinent I) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various: a) Types b. Paynnent 1) The work pez�ormed and materia�s furnished in accordance with this Item and rneas��red as pro�ided under "Measurement" will be paid for at the unit price bid per each "Barrier Free Ramp" installed. c. The price bid shall include: 1} Excavating and preparing the subgrade 2} Furnishing and placing all materiais 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Ad1acent flares or side curb 6) Concrete gutter w idth along ramp opening 7) Doweling into adjacent concrete pavernent, if applicable 39 I.3 REI'ERINC FS 40 A. Abbreviations and Acronyms �kl 42 43 � 45 46 47 1. TAS — Texas Accessibility Staridards 2. TDLR— Texas Department of Licensing and Regulation B. Reference 5�andards 1. Reference standards cited in this Speeification refer to tt�e current refez•ezace staXadard published at the time of the latest revis ion date lagged at the end af this Specification, unless adateis specifical[y cited. 2. American Society for Testing ar�d Materials (ASTM) CITY O�' FORT 1�+O1tTH STANDtLILT] CONSTR[JCCION 3PECIFICA"�"101�i DOCLIMENTS Revised April 24, 2U21 WESTCREF,K CHAN�IEL MATNTENANC� CITY PIiQJEC'I' NO. ID3060 32 l3 20 - 3 CONCRETE$mEWALKS, DRIVEWAYS AND 6AItRIE12 Fit�E I2AMPS Page 3 of 6 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 I7 1$ I9 zo 21 22 23 24 25 26 27 a. D545, Test Methads for Preformed Expansion 3oint Fillers for Concreie Construction (Non-exiruding and Resili�nt Types) b. D69�, Tesi Methods for Laboratory Compaction Characteristics of Soil Using 5tandard Effort (12,400 ft-lbf/ft3} 1.4 ADNaI�TISTIi..ATiVE REQT_TIRFMI:NTS [NOT i1SID] I.5 SUBMITTALS [NOT U5ID] 1.6 ACTION SUBMITTALSIYNFORMATIONAL SUBNIITTALS A. NI� Design: subrnit for approval. Sect�on 32 13 � 3. B. Product Data: submit product data and sample for pre-cast detectable warnitig fnr barrier free ramp. 1.7 CLOSEOUT SUSNIITTALS [NOT USID] 1.8 MAIN'1'INANCE MA.TII�iAL SUBMITTALS [NOT USID] 1.9 QUALITY A�SiIRANCE [NOT iTSID] 1.10 DELIVERY, S'TORAGF, AND HANDLING LNOT i7SID] 1.11 FIELD CONDTTIONS A. Weathe�• Conditions: Placement of cancrete shall be as specified in 5ection 32 I3 13. 1..12 WARRANTY [NOT U�ID] PART 2 - PRODUCTS 2.1 OWNEk-FURNiSHED PRODUCTS [NOT i7SID] z.z �tr�P�avT � n��aLs A. Forms: wood or metal straight, free from warp and of a d�pth equal to the tk�ickness af the fmished wark. B_ Concrete: see Section 32 13 13. 1. iJnless otherwise shown an the Drawin� or detailed specificatioi�s, ihe standard class for concrete sidewalks, driveways and barrier free ramps is shown in the fnllo�ving table: Standard CIasses of Pavernent Concrete Class of Minur�um 2$ Day Min. Ma�imum Course Concrete' Cementitious, Campressive Water/ Aggregate LbJCY Strength� Cementitious Ma.ximum psi Ratio Size, inch A 470 3p00 0.58 1-1/2 28 C. Reiriforc�ment: see Section 32 13 13. 29 1. Sidewalk, driveway and barrier fr�e rasnp reir►forcing steel shall be #3 deformed 30 bars at 18 inches on-c�ntar-bnth ways at the center piane of all slabs, unless 31 otherwise shown on the Drawings nr deta.iled specifications. 32 D. Joint Filler 3� 1. Woad Filler: see Section 3213 13. C1TY OF FdRT WORTH WESTCREEK CHANNEL tvIAINTENA%ICF STANDARQ CONSTRUCI'lON 5f'ECIFICATION DOCUMCNTS CITY PRb7ECT NQ, 14308� Ttevised April 29, 2021 32 13 20 - 4 CONCRETE SIDE W ALKS, DR1 VGW AYS AN17 �ARRIER FREE RAMPS Page 4 of 6 1 2. Pre-Molded Asphalt Board Filler 2 a. Use only in areas where not practical for wood boards. 3 b. 1'ra-rnalded asphalt board filler: ASTM DSA 5. 4 c. Instal� the required size and uniform thickness and as specif'ied in Drawings. 5 d. IneIude 2liners of 4.Of 6 asphalt impregnated kraft pa�er filled with a mastic 6 mixture of as�shalt and vegetable fiber and/or mineral filler. 7 E. Expansion Joint Sealant: see Section 3213 73 where shown on the Drawings. 8 �.3 ACCF�SORIFS [NOT USID] 4 �.4 SOURCE QUALITY CONTROL [NOT USID] 1 Q PART 3- EXECUTI ON 1l 3.1 INSTALLERS [NOT USID] 12 3.� EXA.NIINATION [NOT USID] 13 3.3 PREPARATION 14 A. Surface Preparation 15 1. �cavation: Excavation required iar the construction of sidewa[ks, drive�ays and 16 barrier free ramps shaU be to the [ines and grades as shown on the Drawivags or as 17 established by the City. 18 2. I'ine Crading 19 a. The Contractor shall do aIl necessary �lling, leveling and fine grading reguired 20 to bring the subgrade ta the exact grades specif'ied and compacted to at least 90 21 percent of maximum densi�y as determined by ASTM D698. 22 b. Moisture conten# shall be within minus 2 to plus 4 of optimum. 23 c. Any over-exeavation shall be repaired to the satisfaction of the City. 24 B. Detnolitian / Removal 25 1. Sidewalk, Driveway andl or Barrier Free Ramp Removal: see Sectian 02 4I 13. 26 3.�4 INSTALLATIUN 27 28 29 3� 31 32 33 34 35 36 37 38 39 A. General 2. 3. 4. 1. Concrete sidewalks shall have a minimum thickness af 4 inches. Sidewalks constructed 'u1 driveway approach sections shall ha�e a minirnum thickness equa.[ to that of driveway approach Qr as called far by Drawirigs and specifications within the limits of the driveway approach. Dri�eways shall have a nninimuzn thickness of 6 inches. Standard crass-slopes fnr walks shall b� 2 percent aaaax in accordance with current TASI'I`DLR guidelines. The consiruction of the driveway approach shall incIude the variable height �•adius curb in accordance with the Drawings. A11 pedestrian faciIities shall comp[y �vith provisions ofTAS including location, slope, width, shapes, textw•e and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be rernoved and replaced to meet TAS (na separate pay). 40 B. Forms: Foj•ms shalI be securely staked to line and grade and rnaintauled iri a t��ue 4I position duringthedepasiting afconccete. C1TY OF FqRT WOATFI WESTCAGEIC GHANN�L MAINTENAIVCE STANDARD CONSTRUCTION SPECIFICATION ]](3C[JM�NTS CITY PROdGCT NO. lU3Qb0 Reaised April 29, 2021 32 13 20 - 5 CONCRET� SIDEWALKS, I?RIVEWAYS AND BARRIER FREE AAIvIPS Page 5 of 6 0 2 3 4 5 6 7 8 9 10 11 12 13 14 I5 16 l7 I8 19 20 Z1 22 23 24 25 26 2'7 28 29 3�} 31 32 33 34 C. Reinforcement: see Section 32 I3 13. D. Cancreie Placement: see Section 32 13 I3. E. Finishing 1. Cancrete sidewalks, driveways and barrier ir�e ramps shall be finished to a true, even surface. 2. Trowel and then [arush transversely to obtain a smooth unifflrm brush �inish. 3. Provide exposed aggregate finish if sp�c��d. 4. Ecige �aints and sides shall with suitable tools. F. Toints 1. Expansion joints for sidewalEcs, ctriveways and barrier free ramps shall be forrned usrng redwaad. 2. Expansion joints shall be placed at �0 foot intervals for 4 foot w'rde sidewal�C a�d Sp faot intervaIs for 5 foot wide and greater sidewalk. 3. Expansion joints shaIl also be placed at a1I intersections, sidewalks wit� concrete driveways, cu�•bs, farmations, other sidewalks and other adjacent old concrete wark. 5imilar material shall be placed around all obstructions pratruding into ar through sidewalks or driveways. 4. All expansian jqints shall be 1!2 �nch in thickness. 5. Edges of all construction and expansion joints and out�r edges of afl sidewalks shall be iulished to appraxirnately a 1/2 inch radzus wiih a. suitahle finishing too1. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a ma�•king tool. 7. When sidewalk is against the curb, �xpansion joints shall match those in the cur6. G. Barrier Free Ramp 1. Fu��nish and install brick red color pre-cast detectable warning Dome-Tiie, rnanufactw•ed by 5trongGo Tndusfries nr approved equal by the City. 2. Detec�able warning sur�ace shall be a minimum of 24-inch in depth in the direction of pedestrian tt•avel, and extend to a minimum of �8-inc h along the c urb ramp or la��ding where the pedes�trian access �•oute enters the street. 3. Locate detectak�le warning surface so that the edge nearest the curb line is a ix�inimum af 6-inch and m�imum af 8-inch from the extension of the face of the curb. 4. Detectable warning Dome-Ti�e surface may be curved alongthe corne�• �•adius. 5. Install detectable warning surface according ta manufact�er's instr�ctians. CI'I'Y QF FOItT WQRTH STANDARD CON5TRUCCIO%I SPECIFICATIQN DOCUMENTS Ravised April 29, 2021 WESTCREEK CHANNEL NiAINTENAI+TCE CITY PROJECT' NO. L03Ufi0 32 l3 20 - 6 CONCRETESm�WALKS, DRIVEWAYS AND BACtIi[ElZP12EERAMPS Page 6 of 6 1 2 3 � 5 6 7 S 9 16 II 3.5 REl'AI�IR�'STORATTON [NOT USID� 3.6 RE�INSTALLATION [NOT USID] 3.'� FIEI,D QUALITY CONTROL [NOT USID] 3.8 SYSTEM STARTUP [NOT U�ID] 3.9 ADJUSTING [NOT i7SID] 3.10 CLEANING [NOTiTSID] 3.11 CLOSEOUT ACTIVITIF.S [NOT USID] 3.�2 PROTECTION [NOT USIDj 3.13 MAIN'TINANCE [NOT LTSID] 3.14 ATTAC�IlVI�NTS [NOT iTSID] DATE NAME 12/2d/2012 D. Johnson 4 /3 012 0 1 3 F, Griffin June 5, 2018 M Orren April 29, 2021 M Owen 12 IIVll OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.3 — Measurement an d P ayment For Barrier Free Ramps mo dified to mat ch up�ated City Details CorrectedPart 1, 1.2, A, 3, b, 1 to read; frqm ... square Fppt of Concrete 5ide�ualk. ko . . .each"Barrier Free Ftamp" installed. Revised Measurement and Paymenf.section. 1.2 A. 4. c. Revise Barrier Free Ramp — F ayment 5ection CITY OF FQRT WORTH WESTCREEiC CT-EAN1�f�L MAINTCNANCE STANDARD CONSTRUCTION SPECIFICAT70N ]]OCUMENTS CITYPRO]ECTNO, 10306Q Revised April 29, 2021 323216-] PRECAST CQhlCRETE RETAINING WALLS Page 1 of 10 1 2 3 PART �. - GENERAL 4 1.1 5 6 7 1.2 8 9 l0 11 sECT�o�r s� 3� �� PRECAST CONCRETE RETAINING WALLS RELATED DOCi]MENTS A. Drawings and genera� provisioiis of the Contract, includ'zn� General and Suppleznentary Conditions and Division 1 Specification Sections, appIy to this Section. SUMMARY A. This Section includes the requirements %r precast concrete retaining walis and installation instructions as required for a complete wall system, zncluding the following; 1. Fu��nishing and installing new walls. B. Related Seetions incIucfe the following: 12 1. Division 3 Section "Cast-in-�'lace Concrete" far installing connection anchors in 13 concrete. 14 1.3 15 16 DEFINITION A. Design Reference 5ample: Sample of approved precast concrete �nish and texture, preapproved by the Owner. 17 I.4 PERFORMANCE REQUIREMENT� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Structural Performance: Provide precast concrete retaining wa11 system and cann�ctions capabfe of withstanding the following design loads within limits and und�a' conditiozxs indicated: l. Loads: As indicated and required 6y the governing building code. 2. Wind Loads: As required hy the governing building code and ASCE 7. 3. Seismic Loads: As required by the governing building code and ASCE 7. 4. Project 5pecific Loads: a Lateral Eai�th Fressure: As prescribed in the referenced praject geotechnical repart. b. Surcharge Loads: As prescribed in the referenced project geotechnical repart and as required by site conditians andlor canfiguration. 5. DEsig;n panels for handling and erection stresses, including stresses due to lifting inserts, iemporary bearing points, and bracing. a. Provide auxiliary reinfarcement where required at points of stress concentratian. CiTY OP FORT WOR7'H WESTGREEK CHANN EL MAINTL7VAl�C� CITY PRQJECTNQ, ]p3fl6� 323215-2 PRECAS'C CONCR6T� R6TA[iVING WALLS Page 2 of 10 9 10 11 12 13 b. Design erection rigging and inserts in accordance with Richmond Bulletin No. 8 and these Specifications. c. Th� calculaied tensile stress in the concrete shall not exceed s� times the square raat of the compressive strength (fl c), with a dead load impact factor of l.5, whe�•e f c is the compressive strength at the time of the erection, as established by cylinder tests. d. Include in the analysis the a�Fects of openings and recesses. e. Design temporary bracing to resist the tnaximum possible wind forces, in accordance with the applicable codes, witl� a minimum factor of safety of 2.0. f. Where reinforcing is indicat�d on che drawings, provide specifed reinforcing, even if ealculations show that a lesser amount may be required. Connections 14 a. Deszgn connection assembli�s forprecastmembers to t��ansfer in-place loads 15 to the supparting structure. Include �ravity and wind reactions from all items lb shown to be connected to the precast memt�ers, 17 b. For coqventionally supported precasl mernbers, provide adj�sfable 18 connections to accoin�nodate aIignment. 19 c. Estahlish canne�ction locatians as required, except where locatians are 20 specifically indicated an fhe D;rawings. 2I d. Connection configuratians shown on the Drawings indicate that connections 22 exist and are not intended ta speci�'y the typa of connections required. All 23 connections are to be designed, detailed, provided by, and installed by the 24 Contractor, unless noted otherwise. 25 1.5 � SUBMITTALS A. Product Data: Far each type of pxoduct indicated. 27 B. Design Mixtures: For each precast concrete mixture. Include compressive strength and 28 water-absorption tests. 29 C. Shop Drawings: Detail fabrication and installa�ion o� preeast coilcrete unifis. Tndieate 30 locations, plans, elevations, dimensians, shapes, and cross sections of each unit. Indicate 3I joints, reveaIs, and extent and location of each surface �nish. Indicate de�ails a� wall 32 corners. 33 1. 34 2. 35 36 3. 37 38 4. 39 40 5. 4� 42 6. 43 Indicate separate �ace and backup mixture lncations and thicknesses. lndicate welded coimections by AWS standard symbols. Detail loose and cast-in hardware and connections. Indicate locations, tolerances, and details of anehorage devicas to be embedded in ot� attached to structure or othar construction. Indicate locations, extent, and h•eatrr�ent of dry joints if twa-stage casting is praposed. Include plans and ele�rations showing unit location and sequence of erection fo�' special conditions. Indicate lacatian of eaGh precast concrete unit by same identiftcation mark placed on panel. CITY OF FORT WORTH WESTCR�EK CHANII�L MAINTENANCE C17'Y PROJEC`I' N0. l Q3060 323216-3 PRECAST CONCRCTE RCTAIN�IVG WALLS Page 3 af 1D 1 2 3 4 5 6 7 S 9 lfl 11 12 1. Cementitious materiaLs. 2. Reinforcing materials and prestressing tendons. 3. Admixtures. 4. Bearing pads. S. Structural-steel shapes and hollow structural sections. H. Source qua�ity�-control test reparts. 13 D. 5amples: For each type of finish indicated on exposed surfaces of precast concrete uniis, 14 in sets of 3, illustrating fiall range of fmish and texture variations �xp��ted; appro�cimately 15 l2 by 12 by 2 inches. lb 1. When other faces ofprecast conerete unit are exposed, include Samples i1lListrating 17 worlcinanship and texture of backup cpncrete as well as facing cancz'ate. 18 E. 19 F. 7. Indicate relationship of precasi concrete units to adjacent materials. 8. Design Mndifications: If design modifications are proposed to meet performance requirements and field conditlons, submit design calculations and Shop Drawings. Do not adve��sely affect the appearance, durability, or strength of units when modifying details oz' rnaterials and maintain the general design concept. 9. Comprehensive engineering at�alysis signed and sealed by the qualiiied professiona! engineer, licensed in the Siaie oi Texas, responsible fior its preparation. Show governing panel types, connections, and types of reinforcement, including special r�inforcement. Indicate location, �jrpe, magnitude, and direction of Zoads imposed on the build�ng structural frame froin precast concrete. Calculations will be revievved for general corlformance to the requirements ofthe Contract Docutnents and will not be returned. Qualificafion Data: For Installer, fabricator and testing agency. Material Test Reports: For agg�•agates. 20 G. Material Certificafes: For the following items, signed by manufactur�rs: 2S 22 23 24 25 26 Z7 28 1.6 29 3D 31 32 33 34 Field quaIity-control test and special inspectian reports. QUALITY ASSiTRANCE A. Installer Qualifications: A precast concrete erector who has axperience with precast concrete retaining walls of similar scope to thaf in.dicated fnr this Proj ect with a successiul record of in-service pez'formance. Has retained a"PCl-Certi�ed Field Auditor" to canduct a fie�d audit of a project in same categary as this Project before erection of precast cancrete and who can produce an Eractors' Post-Audit Declaration. 35 2. Installer shall submit names, locations and phone number qf three (3) r�farences, 36 as well as a descrip#ion of the project successfiilly completed far each reference, 37 B. Fabricator �ualifications: A firm that assumes responsibility far engin�e��ing precast 38 concrete units to comply with perforEnance requirements. This responsitaility includes C1TY OF FORT WORTH W�STCREEK CHANNEL MAINTENAAfCE CPCY PROJECT NQ. 103060 3232 ]6-d PRECAST CONCRE7'C RCTAIhiIIVG WALLS Page 4 of 10 1 preparation of Shop Drawings and comprehensive engineering analysis by a qualified 2 professional engineer, licensed in the State of Texas. 3 I. Minimum five years experience in the manufacture of precast concrete af the types � require�i far this project. 5 2. Has sufficient prod.uction capacity to produce required units �ithout d��aying 6 7 C 8 9 10 11 12 13 14 15 16 17 18 19 20 21 1.7 22 23 2� Work. Testing Agency Quali�cations: An independent testing agen�y, acceptable to autharities having jurisdiction, qualified accorditag fo ASTM C I077 and A,STM E 329 for testing indicated. D. Design Standards: Comply witih ACI318 aud design reca�nmendations of PCI MNL 120, "PCI Design Handbook - Precast and Prestressed Conerete," applicable to types of precast concrete units indicated. E. �uaiity-Control Standa��d: F'oz' znazlufactuzing procedures and testing requirem�nts, quality-control recommendations, and dimensional tolerances �or types nf units required, comply with PC� MNI, 117, "Manual for Quality Control far Plants ar�d Production of Architectural Precast Goncrete Products," F. G. A. B. Welding: E�ualify procedures and personne] accordingto AWS D1.1/D.1.1M, "Structural Weiding Code - Steel"; and AWS D1.4, "Structural Welding Code - Reinfarcing Steel." Freinstallation Conference: Conduct conference at Pro,�ect site to comply with requirements in Division 1 Sectian "Project Management and Coordination." DELIVERY, STORAGE, AND I3A.NDLYIVG Deliver precast concrete u�►its in such quantities and at such times to limit unloading units tempoj�arily on the ground. Suppart units d�ring ship�nent on non�staining shock-absnrbing �rtaterial. 25 C. Store units with adequate dunnage and b��acing and protect units to prevent contact with 2f soil, to prevent staining, and to prevent cracking, distnrtian, warping o�� other physieal 27 damage. 28 D. 29 E. 30 31 F. 32 1.8 PIace stored units so identification marks are clearly v�isible, and units can be inspected. Handle and transport units in a positian consistent witl� their shape and design in order to avoid excessive stresses which would causa cracking or damage. Lift and suppart units only at designated points showt� on Shnp Drawings. S�QUENCING 33 A. Furnish [oose connection hardware and anchoraga ifa�ats to be embedded in or attached 34 to other construction without delaying the War[�. Provlde locaYio��s, setting diagrams, 35 templates, inst���actions, and duectians, as required, for installation. CITY OF FORT WORTI-1 WEST'C12EEK CF-lANNEL MAINTENANCE CITY PROJECTNO. 1030G6 323216-5 YRECAS'T' COI+�C12E'I"E CtE'CA[NI1+3G WALLS Page 5 of ] 0 PART2-PRODUCTS 2.i 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 2.Z WALL SYSTEM A. Precast concrete retaining walls shall be furnished as a compl�te system designed accordanee with the locai gaverning building c�de to resist the loads outlined in Contract Dacuments atzd referenced geotechllical report. 1. Precast concrete wall panels: a. Precast concrete wall panels sha116e monolithic. b. Height: Coordinate wTth the Drawings. c. Reinforcing: As required per sysfern design engineer's drawings, submitted in accordance with Paragraph 1.6 B. in the as 2. Columns: a. Precast concre#e coIumns shall be inonolithic. b. Columns shalI have a concrete cap. c. Reinforcing: As required pet• system design engineer's dcawings, as submitted in accordaiice with Pat•agraph 1.6 B. 3. Pattern and Color: a. Coordinate with Owner far pattern and color of exposed faces of conerete. h. 4. Cnlumn Footings/ Piers: a. Coi�ct�te column footings anct/ar drilled piers shall be of size, depth, type and spacing, as requir�d per system design engineer's cirawings, as submitted in accorda�ace with Paragraph 1.6 B. b. Reinforcing: As required per system design engineer's drawings, as sub7nitted in accordance with Paragraph 1.6 B. B, Pattern; I. Coordinate with Owner for pattein of expased faces af concrete. 2. Wall panels, columns, caps and footings/ piers shall be canstructed fi•om narmal weight concrete consisting of coarse and fine aggregate rnixed with ASTM C 150, Type I or Type III Portland Cement, gt•ay, unless otherwise indicated, and s11a11 have a minimum compressive strengih of 4,QpQ psi at 2$ days. mANU�'ACT�IRERS 32 A. Fabricatnrs: Subject to compIiance with requirements, provide products by one ofi ihe 33 following; 34 3S 36 37 1. American Precast Cancrete 2246 Durfee Avenue El Mante, CA 91732 (800)691-7118 38 2. Ente�prise Precast Concrete of Texas, Inc. 39 800 I-45 North 40 , Corsicana, TX 75110 41 (903) 875-1077 CITY 4F FORT WdRTH WESTCREBK CHANNEL MAINT�NANCE CITY PR07ECT NO. 1030b0 323216-b PRECA37' CONCCtE`1'E R�TAI[YING WALLS Paga 6 Qf Ifl Or approved equal. 2 2.3 3 4 5 6 7 8 9 i0 11 12 13 14 15 16 17 FiMSHES A. Panel faces shall be free of joint nnarks, gz-ain, and other obvious defec�s. Corners, including false joints shall be uniform, straight, az�d sharp. Finish expos�d-fa�e surfaces of precast concrete units as follows: 1. As-Cast Surface Finish: Provide surfacas free of pockets, sand streaks, and honeycomhs. 2. Textured-Surface Finish: Impart by forrn liners ar inserts to provide surfaces free of pocicets, streaks, and honeycombs, with uniform colar and texture. 3. Exposed-Aggregate Finish: Use chemical retarding agents applied to �eonc�'ete forms and washing and brushing procedures to expose aggregate and surrounding matrix surfaces after form removal. 4. Abrasi�e-Blast Finish: Use abrasive grit, equipment, appljcation techniques, and cleaning procedures to expose aggregate and surrounding �natrix stu•faces. 5. Acid-Etched Finish: Use acid and hot-water solution, equipment, application techniques, and cleaning procedures io expose aggregate and surraunding matrix surfaces. Protect hard�vare, connections, and insulation from acid attach. 1$ S. 19 20 C. 2I 2.4 Finish exposed top, bottom and bacK surfaces of precast concrete units to match face- surf�ce iinish. Finish unexposed su�•faces of precast concrete units by float finish. 50LIRCE QUALITY CONTROL 22 A. Quality-Control Testing: Test and inspect precast concreta according to PCI �, 117 23 requiremeiits. [f using self consolidating conerete, also test and inspect aceor�iii�g to 24 PCI TR-6, "Interim Guidelines for the Use of Self-Consol[dating Concrete in 25 Precast/Prestressed Concrete lnstitute Member Plants." 26 B. 27 2.5 28 A. 29 Precast concrete retaini�lg wall compoi7ents shall b� �nanufactured from a single source. Testing and Laboratary Control by Manufacturer Throughout the progress of mixing and casting preeast concrete, the tnanufacturer shall perForm the fallowing tests and inspections and report fmdings to the Architect 30 B. Cylinder Tests: Conduct a compressive strength test in aecardance with ASTM C31 and 31 ASTM C39, for every 20 precast units, or fraciion thereof, cast in any one day, Uut not 32 less than one such test for each 100 cubic yards poured. Compressive st�ength test shall 33 consist of twQ specimen cylinders at: seven days and two cylinders at 28 days. Retain one 34 cylinder for further testing as inay be required CITY OF FORT WORTH WESTCRE�IC CEIANNEL MAINTENANCE CITY PROJHC7' NO. 103060 323216-7 PRECAST CONCI2ETE I2�TAINING WALL5 Page7oflD 2 3 4 C. Slump Tests: Mak� sluz�np tests in accordance witi� ASTM C143 far each set of campressive cylinders described above. Slump shall conforrri ta the limits shown on the Drawings. D. Air Cantent: Determine the air cantent, where applicable, for each set of compressive cylinders in accordance with ASTM C 173 or ASTM C231, The percent of entralned air shall conform to the limits shown on the Drawings. 7 E. 8 9 F. �0 I1 Aggregate Testing: Make periodic sampling and testing of stockpiled aggrega#es to assure quality, uniformity, and conformance to the Specifcations, Concrete Temperaiure: Determine concrete temperature each time a set of compression cylinders is made and haurly when air temperature is 4Q degcees Fahrenheit and below or 90 degrees Fahrenheit and above. 12 G. Inspection: Inspect formwork, reinforcement placement, cast-in assemblies, and welding 13 prior to casting each member. Inspect all members after casting for conformance with l4 Contract Documents and shop drawings. 15 H. Core Tests: When tl�ere is evidence thaf the strength of precasf concrefe units does nof 16 meet Specifieation requirements, the manufaciurer shall take cores sampied fi•om 17 hardened conerete for compressive strength detarrnination, complying with ASTM C�2, 18 and as foIlows. 19 20 21 22 23 24 25 2b 27 28 29 3D 3] 32 33 34 35 36 37 38 39 1. 2. 3. 4. 5. � Take at Ieast three representative cores from precast units flf suspect strength, from locations directed by the Architect. Test cores in a saturated-surface-dry condition, per ACI 3 l 8 if the concrete will be wet during use of the completed structure. Test cores in an air-condition, per ACI 318, if the concrete wi11 be dry at all times cEuring use of the completed structure. Strength ai concrete iar each series o� cores wiIl be cansidared satisfactory if iheir a�erage compressiv� strength is at laast 85 pe�-e�nt of t11e 28 day design eompressive strength and no single core str�ngth is less than 75 percent of the 2$ day design compressive sfrength. Tests rasults shall be znade in. writing; on the same day that tests ara made, wiih capies to the Architect and Cnntractor. Incltiid� in test reports, th� proj�ct identificaiion naxne and nuznber, dats, name of precast concrete manufacturer, n.at�n.e of concrefe testing service, and type of inember or mem�ers represented by core tests, nominal ma�cimum size aggregate, design campressive strength, compression breaking strength and type of 6real� (corrected far length-diametar ratio), direction af applied laad to core with respect ta horizontal plane of �e concrete as placed, and the moisture condition of the core at time of testing. Patching: Where core test results are satisfactory and precast units are acceptable for use in the work, �Il core holes solid with patching inortar, and firiish to match adjacent conc�•ete surfaces. CITY OP' FORT WOATI-1 WESTCREEK CHAlViYEL MAINTENANCE CITY PROJECT NO. 103QG0 32321b-8 PR6CAST CQNCRETE RETAININ� WALLS Page 8 of l0 PART 3 - �XECU'j'ION 2 3.1 3 A. 4 5 3.2 6 A. $ B. 9 i0 11 3.3 12 A. 13 14 3.4 15 lfi A. l7 18 19 20 21 22 23 24 25 26 27 28 29 30 3i 32 33 34 35 GENERAL Installation �f precast cancrete retaining walI systern shaII be in accordance with the manufact�rer's instructions. INSTALLA`FION Underground Utilities: Contractor shall Iacate all underground utilities prior Yo beginning installatlon. Excavation and Grading: Excavation, grading and site preparation sha.Jl be in accordance with the Contract Docum�nts, refet•enced geotechnical t•epo��t and the design enginaet•'s reeommendations and requirements. ERECTION TOLERANC�S Erect precast conerete LlIl1i5 level, plumb, square, true, and in alignment without exceeding the noncumulative erection talerances of PCI �.. 117, Appendix I. FIELD QUALITY CONTROL Specia! Inspections: Engage a qualified special inspector to perforrn the fallor�ving specia� inspections, as required, and prepare reports: 1. Erection of p�•eeast concrete me3nbers. 2. Verificati��� and Inspection of Sails: a. Verify materials below shalIow foundations are adequate to achieve the des�gn bearing capacity. b. Verify excavaiiot7s are e�ended to proper depth and have reached proper material. c. Perform classification and testing of controlied fi11 materials. d. Verify use of proper materials, densities and [ift thicknesses during placetnent and compaction of controlled fill material. e. Prior to placement of compacted fill, observe subgrade and verify that site has been prepared properly. 3. Verification and Inspection ofDeep Foundation Elements: a. Observe driiiing aperations and maintain complete and accurate records for each element. b. Verify placexnent locations and plumbness, confirm element diameters, bel[ diameters (if applicable}, lengths, embedment into bedrock (if applicable) and adequate end bev�ing strata capacity. Record concrete Qr grout volumes. c. For cancrete elements, perform additional inspections in accaz'danc� with IBC Section i744.4. CITY OI' FQRT I�TORTH WESTCR�EK CFIANN�L MAINTENANCE CITY PROJECTNO. 1030G0 323216-4 PR�CAST CDNCRETE RETA[NII�FG WALLS Page 9 af 1D 1 � 2 Testing Agency: Engage a qualified testing agency to perfatm tests and inspections and prepare test reports. 3 C. Field welds will be subject to �isual inspections and nondesti-uctive testing according to 4 ASTM E 16S �or ASTM E'7p9. High-strength bolted connect�o�ls will be subjecf to 5 inspections. 6 D. 7 8 E. 9 10 F. 11 12 3.S I3 A 14 Testing agency will report test resulfs promptly and in writing ta Contractor and Engineer. Repair or remo�e and replace wark whe;re tests and inspactions indicate that ii dnes not comply wi�11 specified requirements. Additional testing; and inspecting, at Contractor's expense, wiIl be perfo�ned to determine compliance of replaced or adclitional work with speczfied requirennents. REPAIRS R�pair precast concrete units if permitted by Engineer. The Engineer reserves the right to reject r�paired untts thai do nnt cnzr�ply with requirenients. 15 �. M[x patching mat�rials and z-epair units so cured patches blend with color, texture, and 16 u�iformity of adjacent exposed surf'aces and show nn apparent line of deinarcation 1'� between ariginal and repaired wark, when viewed in typical daylight illuriaination fr�m a 18 distance of 20 feet. 19 C. 2Q 21 D. 22 23 E. 24 25 3.6 26 A. 27 B. 2$ 29 C. 3� 31 32 33 34 Prepare an.d repair damaged gal�anized cflaCii�gs witl� �alvanizin� repaar paint according to ASTM A 780. Wire brush, clean, anci paink damaged pritne-painted components vvitll same type af slaop primer. Remove and replace damaged precast concrete units when repairs da not comply with requirements. C��1: ►+�II►� Clean surfaces of precast concrete units expased to view. Clean mortar, plaster, weld slag, and other deleterious maierial from concrete surfaces and adjacent materials immediately. Clean e�posed sLu�faces of precast eancrete �i�lits afte.r er�ctzon and completion of joint traatr�ent to remove weld marks, otYaer marking�, di�t, ai�d stains. l. Perfn�•�n cl�aning proceduees, if necessary, aceordi�g ta pracast concrete fabricatox's r�emm��andatior�s. Clea�� soiled precast concreie surfaces with detergent and water, using stiff fi6er t�rushes and spnnges, and t•inse wifh clean water. Pratect oihar work from staining or damage due to cleaning operations. C1TY �r PORT WORTH W�STCRG�K CIIATI�EL MAINTENANCE CITY PROJ�CT NO. 1p306U 32 32 16- 10 PR�CAST CpNCRETE RETAINII+IG WALLS Paga 10 of ]0 I 2. Do not use clean.ing materials or process�s that could change the appearance of 2 exposed concrete iinishes ar datnage adjacent materiais. END OF SECTION CITY Of POKT W4RTfi W�STCREEi� CHANNEL MAIN1"ENANC� CITY PROJECT N4, 1�3Q6D 3292[3-I SODDiI1G Page l of7 2 3 4 PART 1 - GF.I�IERA.L SECTION 32 92 13 �ODDING 5 1.1 Si3M1V��RY 6 A. Section Includes: 7 L Furnishing and installing grass sod as shown on Drawings, or as directed. 8 B. De�iations from this City af Fort Warth Standard Specifcatinn 9 1. None. 1Q C. Related Specif�ication Sections include, but are nat neces�arily limited to: 1 I 1. Division 0- Bidding Requirements, Con�ract Forms, and Condztions of the Contract 12 �. DiVIS1DI] 1- General Requu•ements 13 3. 5ectian 31 1Q 00— Site Cleaz'ixrg 14 4. Sectian 32 91 19 — Topsoil Flacement and Finishing of Parkways 15 5. 5ection 32 $4 23 - Irrigation 16 1.� PRICE A1�ID PAYN�N'T PROCIDiIR�S 17 A. Measurement anc� Payment 18 1. Sod Placement 14 a. Measurement 20 1) Measurement for this Item shall be by the square yard of Sad comple�e in 2i place for uniform vegetative coverage. 22 b. Payment 23 1) The work performed and materials furnished in accardance with this Item 24 and meastiired as provided under "Measurement" will be paid for at the unit 25 price bid per squa�•e yard of Sod placed. 26 c. The price bid shall include: 27 1) Surface preparation, sCarifying subgrade, cleaning, and iine grading as 28 described in section 3.3 Preparation 29 2) Furnishing and placmg all sod (until established complete in place �rtf� no 30 gaps or averlaps) 31 3) Ra]Ii�g and tamping 32 4) Watering (until established} 33 5) Fertilizer, if required by City to be deternnined by soil test 34 6) Disposal o�suz•plus materials aff site or as directed 6y City 3S 7) Wee� rennoval {until established} 36 8) Mowing of two cycles, b�ginning at thaty (30) days fram installation ar 37 �vhen i�lade height is 4" or greater, whi�hever cames first 38 9) Mowing cycles shaU be spaced a minimum af ten {10} days apart (until 39 established) �0 d. Exceptians to c. include the following for areas to be turned over to adjacent 41 properties for maintenance: CITY OF FORT WORTH WESTCREEi� GI�ANNEL MAINTENAIVC� STANDARD CONSTRUCT[qN SPECIFICATIQN DpCUMEMS CI"T'Y PR07ECT3V0, 103060 I2evised May 13, 202 ] 32 92 l3 -2 SODDING Page2of7 1 1) Sod shall be watered until turned aver ta adjacent proparty ovvn�r for 2 maintenanc e 3 2) Fertilization will nat be requi�ed � 3) Mowing not required foz• projects in areas where maintenance w ill be 5 immediately turned over to adjacent property owners 6 �. Movvir�g 7 a. Measurement 8 1) Measurement for this Item shall be per each f�r the projeci, beyond the two 9 (2) mow cycles included in sadding price, as approved and directed by the 10 City 11 b. Payment 12 1} The work perFormed and materials iurnished in accordance with this Item 13 and measured as pro�ided under "Measurement" will be paid for at the unit 14 price hid per each. 15 1.3 RF,H'H;RFIVCES [NOT USID] 16 1.4 ADMIN[STRATIVE RF�i]IRF�VIIIVTS jNOT �CJ�ID] 17 1.5 ACTi4N SUBMITTALS [NOT USEDj l8 l.6 �Nk'4RNYATTONAL SUBNIITTALS 19 A. Certif`ications, Sampl�s and Docum�ntatinn 20 1. Ce�ti�'�cates and/or Iabels and samples af sad, fertilizer, compost, soil amendments 21 and/or other rnaterials, including a certificate from the �endor iradicating sod i� free 22 from weeds. 23 2. Delivery receipts and copi�s of invoices �or maierials used for this work shalI be 24 subject to �erificatinn by the City 25 B. Exceptions 26 1. Cert�ications, samples and assaciated documentatzon will not be req�ired for sod to 27 be turned o�er to adjacent prQperty owner for maintenance 28 1.7 CLOSEOUT SiIBNIITTALS [N�T USID] 29 I.8 MAINT�NANCE MATII2IAL SUBNIITTALS [NOT USID] 30 I.9 QT7ALYTY ASSOItANCE 31 A De�eloper/contractar virho plants �naterial is responsible for the supervision of crew, the 32 sit�, and the maintenance oFthe matei•ial until the project is accepted by the City 33 1.10 DELIVERY, STORAGE, AND HANDLTNG 34 A. Sod 35 1. Protect frarn exposure to wind, sun and freezing. 36 2. Keep stacked sod �noist, consistently throughout stack. 37 3, Sod upon delivej•y may be inspected by City 38 4. Harvesfing and planting operations shall be coordinated with not more than seventy- 39 two (72) hours elapsing between harvestitig and placemenk, rolling, tamping, and 40 w atering oi sod. 4l B. Fertilizer, as determined 6y soil testing repart provided to Contractor, if speci�cally 42 required by City far th� project. CITY OP FORT WORTH WESTCREEK GHANIV�L MAINTENANCE STAAII�ARD CONSTRUCTI01� SPECII'ICATION DOCUMENTS CITY PROJECT NO. 1p3p60 Revised May ]3, 2Q2] 32 92 13 - 3 SODDING Page3of7 1 2 3 4 E b 7 1. Provide unop�ned bags labeled w ith the manufacturer's guaranteed fertilizer analysis. 2. Con%rm to Texas fertiiizer lavv, Texas Agriculture Code Chapter 63. 3. Pravide to City application rate for which fertilizer will be appGed. 1.11 FIEI.D [SYTEJ CONDTTIONS A. Grading of site and installation of iopsoil r�aust b�e approved by City prior to application nf sod. 8 1.1Z WARRAN'I'Y 9 1Q i� 12 13 14 15 16 17 I8 i9 20 21 A. Warranty Feriad: Until project acceptance or through required rr►aintenance period, whichever is longer duration of time, B. Warrant sod agamsi de%cts in product, installation and workmanship. 1. Exceptions include a When maintenance is transferred to the adjacent property owner during the project or after project acceptance 6. Vandalism caused by persons other than contractar or subcontractors ofthis project c. Irnproper watering by persons aiher than contractor or subcontraciors of this project d. Damage caused by vehicles or equipment ati�er than contractor or subcantractors ofthis project. e. Sod that goes darmant after job acceptance 22 PART 2 - PRODiICTS 23 3�.1 OWNIIt-I+'URNISBED PRODUCTS [NOT USID� 24 2.� MA'1'�+1C2IAL� AND EQUIPM�'NT 2S 26 27 28 29 3Q 3i 32 33 34 35 36 37 38 39 40 41 42 43 A. Material� 1. 5od a. Sod Varieties (match existing if applicable) I)"Cynodon dactylon TIF419" or "TIFWAY" ar "TIFTUF" (Bermudagrass hybrid) 2) or an approved St. Augustine grass 3) or an approved Zoysia grass b. Sod must contain sto�ons, leaf blades, rhi�ortzes and roots as appropriate to species. c. Sod shall be alive, healthy and free of ir�sects, disease, stones, undesirable foreign materials and weeds and grasses deleterious �o its growtY� or �vhich might a�fect its subsistence or hardiness when transplanted. l) Johnsangrass not allowed 2) Nutgrass not allowed 3) Miliet not allawed d. Sod shall have been praduced on growing beds of elay or elay loam topsoil, e. 5od must not be harvested or planted when its maisture condition is so excessively wet or dry that its sur�ival will b� affected. 2. Minirnum sod thickness:1/2-inch minimum CITY aF FORT WDRTH WESTCREEK CHANNEL MAI3VTENANCE STANDARD CONSTRUCI'IaN SPECIFICATI(}N DQCUMEiVTS CITY PRQJECTNQ. FCl3060 Ravised May I3, 2021 32 92 l3 - 4 80DD]IYG Page 4 oi 7 1 2 3 4 5 6 7 8 9 �a 11 12 13 a. Maximum g�•ass height: 2-inches b. D'uxa en s ions 1) Machine cut to un�'orm so�l thickness. 2) Sod is to be cut in strips 16-u�ches w ide an� 24-inches Iong or approved equal. 3) Sod shall be of equal width and of a size that permits th� sod to be lifted, handled and rolled without breaking. c. Braken or t�rn sod or sod with uner+en ends shall be r�jected. d. Tempt�rary Erosion Cnntrol nr Over Seed of darmant sod—consist oftha sawing of cool season plant seed. Seed must be incl�.ided betweenNovember 1 through March 1 or as directed by the City. Common Nasne F1bon Rye Botanical Nazne Secc�le cereale Lbs./Acre Lhs.lAcre broadcast drilledseed method method iao-i2o so-ioa 14 3. Fertilizer to be insialled only as direeted 6y City or as indicated in constx•uction 15 documents 16 a. DeterYnined by saiI testing report 17 b. Acceptable condition for distribuiion per manufacturer's instructions 18 c. Applied uniformly ov�r sod area. Do not%rtilize inside the ciripline oftrees, or 19 Tree Protection Area. 20 4. Topsoil: See 5ection 32 91 19. 2l S. Water: clean and free of industrial wastes or other suhstances harmf�al to the 22 germ�nation of seed ox• to the growth of th� veg�tation. 23 2.3 ACCF�SORIFS 24 A. SOD PINS 25 l. Metal 26 2. 'lrl�ood pegs 27 2.4 S�URC� QUALITY CONTROL [NOT i7SED] 28 PART 3 - EXFCUTION 29 3.1 TN�TALL�RS [NOT U�ID] 30 3.2, EXANIINATION 31 A. City may examine site gradingto ensure it conforms ta approved drawings, prior to 32 instaJ.ling sod. 33 1. City will notify ��ntractor if grading is to be inspected priorto sod installaiion. 34 2. If required for specific project, Contt•actortt�ust coordinate inspection seventy-tvao 35 {72) hours prior to cutting of sod az�d deiivery 36 B. Sod may be inspected by City upon deli�ery. 37 3.3 PRLPARATION 38 A. Surface Preparatian: clear sut'face af a11 material ir�cluding th� following and dispase oi 39 off site or as directed by City: C1TY OF PORT WORTH WESTCR�.EK CIIANNEL MAINTENANCE STAN]JARD CDNSIRUCTION SPECIFICATION DOCUMEI+ITS CITY PRO,TECT NO. 103060 Revised IVlay 13, 202 ] J 329213-5 S ODDING Page 5 of 7 1 1. Stumps, stones, and other objects larg�r than 1-inch. 2 2. Roots, brush, wire, stakes, etc. 3 3. Any objeets that may interfere witI� sodding or mainienance. � B. Scarify 5ubgrad� S 1. Scarify subgrade to a depth of 2-inches befare cEepositing the required topsnil. 6 2. Campacted or heavily vegetated ai•eas may be tilled 3-inches deep witi� City appro�ral 7 a. For tilled areas, use a heavy-duty disc or a chisel-type 6reaking plow, chiseis 8 set nat more than 10-inches apart. 9 b. Initial tillage shall be done in a crossing pattern for double coverag�, then LO fallowed by a disc harrow. Depth of tiIlage may be up to 3-inches. l l e. Areas s[oped greater t�aza 3:1: run a traetar parallel to slope to pravide l�ss 12 seed/water run-�off l3 3. Areas near trees: Do nattill within dripline of tree. Do not disturh the Tree Protection !� Area, ar canopy driplirie. 15 C. Cleaning 16 1. 5oil shall be furthar prepared by the remaval of debris, building materials, rubbish, 17 and rock 1-inch and greater, and weeds. 18 2. Remove and dispose of debris off-site. 19 20 21 22 23 2,4 25 D. Fine Gradit�g: 1. After scarifying ar till�g and cleaning, all areas to be sodded shall have 3-inches of topsoiI plaeed, be leveled, fine graded by use of weighted spike and harrow, or float drag, or hand gradu�g to elir�inate ruts, depressions, I�umps, and objectionable soil clods. This shall be the final so� preparation step to be campleted priox to inspection before sodding. 2. Areas near trees: Do not disturi� the Tree Protection Area, or canopy driplirie 26 3.4 INSTALLATION 27 A. General 28 1. Da not Iay sod when grouncf �s frozen. 29 2. O�er-seeding w ith Elbon Rye shall be inc[uded fram No�ember 1 until March I. 3D Refar to 5ection 32 92 I� "5eed'u1g" for seed rates. 3l B. Installation 32 1. PIant sQd specified after the area has 6een inspected and accepted by City for 33 pIanti�g 34 2. �carify 2-inches of subgrade and place a minimum of 3-inches of topsoil per Section 35 32 91 19 on areas ta receive sod. 36 3. Sod to be laid paralle[ ta the cantours in areas as specified. Sod to be laid 37 perpendicular to slopes greater than or equal to 4:I. 38 4. Use care to retain native soil on the roots af the sod during the process of excavating, 39 l�auling and pIanting. 40 5. Keep sod material rnoist from the tirr►e it is dug until planted. Dry sod shall be 41 rejected. �2 6. Fill in slumpedareas due to wateringto keep sod moist. CITY OF POTiT V4 ORTH WESTCREEK CHt1NNEL MAINT�NANC� STANDARD COirISTRUC'I'lON SPECIFICATION DOCLTIVIENTS CITY PROIECT �FO. 1fl306p Revised May l3, 2021 32 92 13 - 6 50DDING Page 6 of 7 1 7. Place sod so that the entire area designated for sodd'mg is covered with no gaps or 2 overlapping materia� 3 8. PiII voids left in the sofid sodd'mg with additianal sod and tamp. 4 9. Stagger joints and seams, S I6. Roll and tamp sod so that sod is m complete contact with topsoil ai a uniform slope. 6 a Use pedestrian mechanical process (no motorized vehicles / equipment). 7 b. Low spots, or settlement greater than 1-inc�, tl�at may cause tripping ha.zard 8 shall be leveled 9 c. Fu�ished grade of sod shalI be maximum 1-inch below adjacent edges iricludirzg l0 curbs, drive�s, and walkways. 11 11. Peg sod with wooden pegs {or wire staplej driven through the sod hlock to the firm 12 earth in areas �hat may sIide due to tihe height or slope of the surface or nature of the 13 soil. 14 I5 I6 I7 C. Watering and �inishing l. Water sod to a minirnum depth of 4-inches immediately after placed and tamped and ralled. 2. Generally, as recommended by the vendor 18 3. Water source shaIl be clean and free of ir�dustrtal waste oz• othear substances harinful 19 to the germination of the seed or growth of the vegetation. 2�0 4. Water until 100 percent green and established as defined in 3. i 3. Dormant sod must 21 be over-seeded as directed in 2.2 A.2.d. 22 3.5 REi'A.IR/R�STORA,TION [NOT USID] 23 3.6 RE�INSTALLATION [NOT USID] 24 3.'� FIELD QUALITY CONTROL [NOT USID] 25 3.8 SYS'I'EM ST�RTiIP [NOTUSED] 2b 3.9 ADJUSTING [NOT i1SID] 27 3.10 CLEAnTING [NOT USID] 28 3.1I CLOSEOU'T ACTIVTTIES 29 3.�2 PROTECT[�N [NOT iTSID] 3a 3.13 MAINI`ENANCE 31 A. Sodding 32 1. Water and mow sod until completion and final aeceptance ofthe Projector as 33 direcled by tk�e City. 34 2. Trim and maintain alang edges including curbs, drives, and walltways with 35 maximum 1-inch surface elevation change. 36 3. 5od shall 6e rooted to scarified soi� with continuous surface coverags with no gaps or �7 overlapping edges. 38 4. Includes prfltection; replanting, and inaintaining grades with no settIement over 1- 39 inch, and immediate repair of erosion damage unt�l the p�oject receives iinal 40 acceptance. 41 S. 5oci shall noi be considered finally accepted until the sad has started to peg dawn 42 {3•oots growing into the soil) and is free from dead bloc[cs of sod. C1TY OF FORT WOiZTH W�3TCREEK CHANNEL MAINTEt+]ANCE STANDARD CONSTRUCTION SPEC�'ICATION DOCUMENTS CITY PR01EC7" NO. 103060 Revised May 13, 2Q2] 32 92 l3 - 7 SbDUING Fage 7 of 7 1 B. Acceptance 2 1. Sod shall be accepted once fully �stabli�hed. 3 a. 5added area must have 100 percent ground co�erage and a blade height oi 3- 4 inches wrth 2 mow cycles, minimum ten (1Q} days apart, performed by the 5 Contractar prior to co:nsideration of acceptance by the City. 6 b. Grass shall be actively grow ing and free of drsease and pests. 7 c. Ground surface to he smooth and free of foreign nnaterial and rock or clods 1- S inch diameter and greater. 10 11 C. Replanting 1. Replant a��eas wrth dead blocks of sod {50 percent of individual bLock or greater). D. Aejection 12 1. City may reject sod area based on the fo[lowing items prior to iinal acceptanc�: 13 a. Weed populations I4 b. Poar it�staUation including b�t not litnited to gaps andlor overlapping sod 15 c. Disease andlor pests 16 d. Insufficieni or ovar watea•ing 17 e. Poor or improper maintenance 18 f. Soil settlement in ex�ess of 1-inch. 19 3.14 ATTAC�IlVIEN'I� jNOT USEDI zo IIVD OF SECTI�N 2I DATE NAME May 13, 2021 M Qwen z2 Revision Log SUMMARY OF CHANGE Removedinforniationanddetailsregardingseed, nativegrassesandrviIdflowers. Theseitemsareaddressed innewspeci�catiou329214and1'arksspeci�cafionfar nativagrasses/wildflflrrers. TtemspertainuigtoFertilizerfhroughoutdocument updated Fo include soil testing. Ttemove and replaee"bloc[c socl' with "sad" throughout docu�nent. E7pdated I.2 payment measurement. 3.3 Preparation updatedto reflect current industry tres care standards %r coot zone disturhanae. 3.�1 installatinn added desariptionsto clarify acceptable installatiou, 3.I3 Maiutenanceadded descriptionsto clarify acceptance andrejectinn ofsodded areas including growth, mow cycl� and �tering. InsertedexGeptions asspciatedrvith sod ta be turned over to adjacent property owner, C1TY OF FpRT WORTI-1 STAN➢ARD CON5TRl1CfION SPECIFICATI01� DOCUMENT3 32evised May l3, 202I WESTCR�EK CL-�A1�INEL MAINTEh3ANCE CITY PRO�CT NO. 1030b0 PAGE IS LEFT BLANK INTENTIONALLY 329213-1 HYnROMULCHING, 5�1]]AiG A�fD 50DDING P�ge l of 8 2 3 PART 1 - (iENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 l3 14 A. Section Includes: SECTION 32, 92 14 NON-NATIVE SEEDING 1. Furn�sl�ing and installing grass seed as shown on Drawings, or as d�tected. B. Deviations from this City of Fort Worth Standard Sp�cif'icatian 1. None. C. Reiated Specification Sections include, but are not nec�ssarily limited to: 1. Division 0- Biddir�g Requirements, Contract Forms, and Condi#ions of the Contract 2. Division 1- Gen�ral Requirem�nts 3. Section 31 10 00 — Site Clearing 4. Sect'ron 32 91 19— TopsoilPlacement ar�d Finishing afParkways S. Sec#ion 32 84 23 — Irrigation (if used) 15 1.� PRICE AND PAYMENT PROCIDURF.S 16 17 IS 19 Za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 4a 41 42 A. Measurement and Payment 1. Seeding a. Measurement 1} Measurement for this Item shall be by the square yard of Seeci spz•ead, complete in place for �ni%rtn vegetative coverage. b. Payment 1) The work performed and �naterials furni�hed in accordance wiih this Item and rneasured as provided under "Measurement" will be paid for at the unit grica bid par square yard of Seed placed fo�• various installation methods, c. The price bid shall include: 1) Surface preparatian, scarifying subgracl�, cleaning, and fine grading as deseribed in section 3.3 Preparation 2) Furnishing and placing all 5eed (until estal�lished complete in place} 3) Perfarm soiltesting, ifrequirement is included on construction drawing,s, as directed by City 4) Purnishiug and applying r�vater Slurry and hydraulic �ulching, if using method 5) Fertifizer, if required by Ciiy to be determined by sail iest 6) Soil Retention Blanket, if required on canstruction drawings, as direct�d 6y City 7} Watering {until esta6lished) 8} D�sposal of surplus materials offsrte ar as directed by City 9} Waed Removal (until estabIished) 10) Minimum mowing of two cycles, beginning forty-five (4S) days from germination or when blade height it 4" or g►•eater, wl�zicl�ever cames firsi 11) Mowing cycles shall b� spac�d a minimurn of ten {10} days apart (until established) C1TY OP' �ORT WORTI-I WESTCREEK CHANNEL MAfNTEN1�NGE STAND�SRD CQIVSTRUCI IpN Sl'ECIFICATION DqCUM�NTS CITY PROJCCT NO. 103060 Revised May 13, 202! 329213-2 HYARaMULCHING, S��DING AIVD 50DD1NG Page2of8 1 2 3 4 S 6 7 8 9 2. Mow ing a, Measurement 1) Measurement for tk�is Item shal] per each, beyond the minimum of two (2) mow cycles incEuded in seeding price, as agproved and directed by the City. b. Payment I) The work performed and �naterials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each. SO 1.3 RF.FFRFN�� [NOT USID] 11 1.4 ADNIIN[S'IRATIVE 12EQUIREMINTS [NOT USID� 1Z 1.5 ACTION Si7SMITTALS [NOT tiSID] 13 I.6 TNFORMATIONAL SUBNIITTALS 14 A. Certifications, Samples and Dbcumentation 15 16 17 1$ 19 20 21 22 23 24 25 2b 27 1. As requested by the City, certifieates andlor labels and samples ofseed, fertilizer, compost, soil atnendments andlor other materiaIs, including a certificate from the �endor indicating seed is free fram weeds. a. Seeds 1) Vendors' certification that seeds meet Texas 5tate seed taw incIuding: a} Testing and labeling for gure iive seed {PLS) b) Name and type of seed 2) All seed shall be tested in a labaratory with certif�ied results presented ta the City in writing, priar to planting. 3} AU seed to be of the previaus seasot�'s crop and the date on the container shall be within twelve ( l 2) m�onttas of the seed'u1g date. 2. All delivery receipts and copies of invoices far materials used far this work shall be subject to verif�ication by the City. 28 1.7 CLOSEOUT SUBII�IITTALS [NOT IISID] 29 ],S MAINT�TANCE MA.T�RiAL SUBNIITTAL� jNOT USID] 30 1.9 QUALITY ASSURANCE 31 32 33 A. De��loper/cnntractnr who plants material is responsible for the supervision of his crew, the site, and the maintenance ofthe material until the project is accepted by the City. 1.10 DELTV�Y, ST�RA.GE, AND HANllLTNG 34 A. Seed 35 1. Shall b� Bermuda andfnr Elbnn Rye seed unless otherwise speciiied. 36 2. Each species of seed shall k�e supplied in a separate, labeled contazner for 37 ac e eptanc e by t�e City. 38 B. Fertilizer, as determined by soil testing report provided to Contractor or as dir�cted by 39 c��y 4� 1. Provide unapened bags labeled with tlle analysis. 41 2. Con%rm to T�xas fertilizer law, Texas Agriculture Code Chapter 63. 42 3. Provide to City application rate for wl�ich fertilizer will be applied. C1TY OF COItT WORTH WGSTCR�.EK CIiANN�L MAINTENANCE STANDA.[t.D CONSTItUCCION SPECIFICATION DQCUMENTS CITY PR07ECT iVO. 103060 Revised �Iay l3, 2021 329213-3 HYDROMULCHII+IG, SEEDING AND 501lDING Pxge 3 of 8 1.1i F1ELD [SITE] CONDITIONS 2 A. Grading of site and installatian of topsoil must be approved by City prior to application 3 af'seed. 4 112 WARRANTY 5 6 7 8 9 10 lI 12 13 I4 15 16 A. Seed to be replaced �f co�erage does not exceed 74 percent within forty-five (�5) days from germination. B. Warranty Period: until job acceptance or through maintenance period, whiche�er is longer duration of time. G. Warrant seed against defects in product, installation and workmanship. 1. Exceptions include a. Vandalism caused by persons other than contractor or subcontractors ofthis project b. Impraper watering or maintenan�ce by persans other.than contractar or subcontracinrs ofthis project c. Darnage caused by vehicles or equipment other than contractor or subcontractors ofthis project. 17 PART 2 - PRODUCTS 18 2.1 OWNER-I�'iJR1�IISI� PRODUCTS [NOT LTSIDI I9 �.2 MATII2iALS AND TQUIPA7.IIVT 20 21 22 23 24 25 26 27 28 29 3fl 31 32 33 34 35 36 37 38 39 46 41 A. Materials l. Seed a. General 1) Plant alI seed at rates based on pure live seed (PLS) a} Pure Liv� Seed (PLS) determined us ing the formula: (1) Percent Pure Live Seed = Percent PurYty x[{Perc ent Germinatian + 1'ercent Firm or Har'd Seed) + 1�0] 2) Availability of 5eed a) Substitution of individual seed types du� ta lack of a�ailability may be done through the submittal process for review and approval by City. b) Notify the City prior #a bidding ofdifficulties locating certa� species. 3} Weed seed � a) Nnt axceed one p�rcent by waight af the tatal of pure live seed (PLS) and other material in the miYture b) 5eed not allowed: (1) Tahnson grass {2) Nuigrass {3) Millet 4) Harvest seed within twelve (12) months prior to planting b. Nnn-naiive Grass Seec[ I} Plant betw een March 21 and October 31 Lbs. Co�nonName BotanicalName Puiity Gemunation PLS/Acre (percent} (percent} CITY OF FORT WORTH WESTCREEK CH.ANNEL MAIN3'ENANC� STANDARD CONS7RUC1'IOI+i SPEC[FICA7'LON I70CUMENTS CITY PROI�CT NO. ]0306a Revised May 13, 2021 329213-4 IIYDROMULCHING, SEEDWG AND 50DDING Page 4 of S 75 Bermucfa (hufled) Cyraodon dactylan 95 90 1 2 2) Plant between Navember 1 and March 20 Lbs. Common Name Botanica! Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) Cynadon dactylon 85 9D 3 4 5 6 7 8 9 10 I1 12 I3 I4 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 c. Temporary Erosian Cant�•ol Seed - Consist of the sawing of cool season plant seeds. Plant m� beiow must be included with Bermuda between Novennbar 1 through March 1. Comman Name Elbon Rye Botanical Name �ecale cereale Lbs./Acre Lbs./Acre broadcast drilled seed method method 100-12Q SO-100 2. Hyd�•arnulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood ar recycled paper-by-products (waste products from paper mills or recycled newspaper). c. No growth or germinatian inhibiting factors. d. No more tl�an ten percent moisture, air dry weight hasis. e. Additi�es: binder in pawder form. f. Form a s�trong moistu re reiaining mat. 3. Fertilizer to be installed only as directed by City or as indicated in construction documents a. Determined by sail testing repart b. Acceptable condition for distj'ibution per m.anufaciurer's utstructions c. Applied uniformly over the seeded area. Do �ot fertilize inside the dripline of trees, or Tree Protectian Area. 4. Topsoil: See Section 32 91 13. 5. Water: clean amd free of indusfrial wastes or other substances harmful to the germination nf ihe s eed ar to the growth nf the v�getaiioi�. 2.3 ACCESSOR�ES A Soil Retention Blanket 1. Biodegradable ErosionControlBlanlcet made from naturalfibers including coeonut, straw, or wood iiber. 2. As speeified for sloped areas or as directed, not far general use. CITY OF POIti' W ORTH STANDARD CONSTRUCTIfJN SPEC�'ICATI01� DOCi3MENT5 Revised May 13, 2021 WESTCREEK CHANNEL MA�lTENA1VCE C{TY PAOJ�CT NO. 1030b6 329213-5 HYT]RpMi]LCHiIVG, SEEDQV�, ANU 50DR11VG Page 5 of 8 I �.� 50URCE Qi7ALITY CONTROL [NOT USID] 2 PART 3 - EXECi]TION 3 3.1 INSTALLERS [NOT U,SID] 4 3.2 T+;�ANIINATION S 6 7 8 3.3 9 14 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 A. City may examine site grading to ensure grading conforms to approved drawings, prior to installation of seed. 1. City will notify Contractor if grading is to be [nspected prior to seed installation. PREI'ARATION A. Surface Preparation: clear surface oiallmaterial including the following and di�pose of off site or as directed by City: I. Stumps, stones, and other objects larger than 1-inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere vvith seeding or maintenance. B. Scarif'y Subgrade I. �carify subgrade to a dep#h of2-inches before depositit�g ihe required topsoil. 2. Cornp�cted ar heavily vegetated areas may be iill�d 3-inches deep with City approval a. For tilled areas, use a heavy-duty disc or a chiseI-type breaking plaw, chisels set nat more than 10-iriches apart. b. Initial tilfage shall be dnne in a crossing pattern for double coverage, then foUowed by a disc harrow. D�gth of tillage may be up to 3-inches. c. Areas slopeci greater than 3:1: run a tractor parallei ta slope to provide less seed/water run-off 3. Areas near trees: Do not till within dripline of tree. I�o not distur6 the Tree Protection Area, or canopy dripline. 2b C. Cleaniz�g 27 1. Soil shall be further prepared by the removal o#' debris, building materials, rubbish, 28 and rock I-inch and greater, and weeds. 29 D. Fine Grading: 30 1. After scarifying or tilling ar�d cIeaning, all areas to be seeded shall have 3-inches of 3l topsail plaeed, be leveled, fine graded, and a weighted spike and harrow or float 32 drag. The required shal] be the eliminatian nf ruts, depressi�ns, humps, and 33 objectzonable soil clods. This shall 6a the final soil pregaratian step to be completed 34 prior to inspection before seeding. 35 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 36 3.4 INSTALLA'1'�ON 37 A General 38 1. Seed only those areas mdicated on the Drawings and areas disturhed by 39 construcfion. 40 2. Mark each area to be seeded in tIae field prior to seeding for Gity approval. Cli'Y OP FORT WORTH WESTCREEK CHAIVIVEL MAINTENANCE STANDAItD CQNSTi�lICl'CON SPEC1CiCATI0I+I DOCUMENTS CITY PR07ECTNQ. 1U3�60 Revised May 13, 2021 32 92 13 - t5 HYDROMULCH[P1G, SE�DIi�IG AND SODDING PageGofB L 3. Provide written notice of installation and maintenance sehedule to resident ar 2 business adjacent to the projec� 3 B. Broadcast Seeding 4 1. Broadcast seed in two (2) duections at right angles to each other. 5 2. Harrow or rake lightly to cover seed. 6 3. Never cover seed with more soil than twic� its diam��er. 7 8 9 10 11 12 13 14 15 16 17 18 14 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 C. Mechanically Seeding (Drilling}: 1. Uniformly distribute seed over the areas shown on the Drawings or as directed. 2. All varieties �f seed and fertilizer, as determined by soil testing report, may be distributed at the sanae fime provzded that eae� companent is uniformly applied at the s pec iiied raie. 3. Driil seed at a depth of 1/4-inch to 3/S-ineh utilizing a pasture or rangeland type drill. 4. Drill on th� contour af slop�s 5. After planting roll with a roller integral to ihe seed drill, or a corrugat�d raller afthe "Cultipac�er" type. 6. RoIl sl�pe areas onthe contour. D. Hydramulching (only as approved by submittals) 1, l�/Iixing: Seed, mulch, farCil�zer and water may be mi�ed provided that: a. M�tare is uniformly suspended to farm a homagenovs slurry. b. M�ture forms a blatter-like g�•ound cover impregnated uniiarmly wiin grass seed. c. 1VIixture is applied witllin thirty (3Q} minutes after placed in the equipment. 2. Placing a. Uniformly distribute in the quantity specified over the areas shawn on the Drawings ar as directed. E. Fertilizing, as determined by soil testing report: uni£orznly app[y fertiilizer over seeded area. 1. No fertilizer shall be applied w ithrn The Tree Protectian Area, or dripline of trees. F. Watering 1. Furnish water by means af tem�orary metering / irrigation, water truck or by any oik�er method necessary ta achieve an acceptable stand of turf as defined in 3.13. 2. Water source shail be cIean and free of industrial waste or other substances harmful to the germination of the seed or growth of the vegetation. 3. Waiet sotl to a minimum depth of 4-inches wi�hin forty-eight (48) hotu•s of seeding. 4. Water at Ieast twice daily for fourteen (14) days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed, ar as directed by the City. 5. On day �fteen { 1 S), apply an amount of water ihat is equal to the average atnount af rainfall plus I12-inch per week unti] fu�al aeceptance by City. C1TY OI' FORT WORTH WESTCREEK CHANN�.1, MAIIVT�NANCE STAiYDAItD CONSTRUCT[ON SPEC�'ICATI(?N DOCUMEN'I'S CIT"YPROJECTNO. 103Q60 Revised May l3, 202] 32 92 13 - 7 IIYDRDMULCFIINCr, SEEDWG ANI? SODdING Page 7 of 8 1 3.� REPAIRIRFSTORATION [NOT USED] 2 3.6 R�INSTALLATION [NQT iTSED] 3 3.7 FIELD QiTALITY CONTROL jNOT USID] � 3.8 SYSTEM STARTOP [NOT USID] 5 3.9 AIIJUST�NG [N�T IISID] 6 3.10 CLF,�IVING [N�T USID] 7 3.11 CLOS�OUT ACTIVITIES 8 3.1� PROTECTION [NOT USID] 9 3.13 MAINTTNANCE 10 11 12 13 I4 l5 16 17 18 l9 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 A. 5eeded Areas I. Water and maw seeded areauntil coinpletit�n and final acceptance of the Project or as di3rected by the City. 2. Maintain the seeded area until each ofthe follov�+ing is achieved: a. Vegetation is evenly distrihuted b. Vegetation is free from bare areas c. Trim and maintain along edges includ'nzg curbs, drives, and walkwayswith maximum 1-inch surface e�evation change. d. IncIudes protectian, reseeding, and maintaining grades with no settlement over 1-ineh, and 'unznediate repair of erasion damage until �he project receives final ac e eptanc e. B. Acceptance 1. Turi will be accepted ance fully established as follovws : a. Seeded area must have minimum 70 percent unit'orm gt�ound co�erage wit�tout bare areas greater than six-inches square or thirty-s� (36) square inches and blade height of 3-inches with two (2) mow cycles, minimum ten (10) days apat� perfaxmed by tI�e Contractor priar to consideration of acceptar�ce by the City. b. Grass shall be actively growing and free of disease and pests. c. Ground surface to be smooth a.�d free of fareign material arzd rocics or clads l- inch diarr�eter and greater. C. Rejection 1, City may reject seeded area based on the %Ilow�g items: a. Weed populations b. Poor installation including Iacic of coverage c. Disease andlor pests d. lnsuffcient ar over watering e. Poor or improper maintenance f�oil settlement in ex�ess of i-inch 38 3.14 ATTACHMENTS [NOT i1SID] 39 END DF S�CTION 40 CITY OF I'ORT WORTI-I � W�STCRE�K CHANNEL MAIN`I'ENAI�}CE 5TANDARD COIVS'I'IiUCI'IOIV SPECIFICATION DOCUMENTS CITY PROJECT ND. 10306D Revised May 13, 2021 32sz�3-a FIYDROMUi.CHING, S��DING AND 50D�ING I'age 8 of 8 Revision Log DATE NAME 51 t 31�021 5t7MMARY OF CHANGE Removed infarm ation and det ails regarding so d, na# ive grasses an d wildflorr�rs. Theseitemsare addressed in 32 92 13 andnery specificaEion 32 92 15. Updated 1.2 payment measurement. Items periaireingto fertilizer thraughout tloctunent updated to C Mapn �nclude soil testing.2.2 planiing datesupdated to reflect typical frost dates. 33 Preparation updatedto reflect current industry tree oare standards for rQot zone cEisturUance. 3.4 Installation added descriptions to clarify watering. 3.13 Maintenance added descriptionsto clarify accepta►ace andrejection ofseeded areas including grawth, mnw cycle and watering. G1TY OF FORT WORTA STANDARD CpNSTRUCTION SP�CII�ICATI()N DOCUMENTS Kev ised May 13, 202 [ WES'TCitEEK CHANNEL MA[NT�NANCE CITY PRO.TECT NO. l 03�60 33 O1 31 -1 CIASEA GIRCU�' T ELEVISIQN (CCT V} INSPECTION-- S A1�iTARY S�W ER Pagc 1 nf 10 2 SECTION 33 0131 GL05ED CIRCUIT TELEVISION {CCT� INSPECTION—SATTITARY �EWER 3 PART I - (TENER.AL 4 I.1 SiJNINIARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 A, Section Tncludes; 1. Requirements and prncedur�s for Closed Circuit Television {CCTV} Inspec#inn of sanitary sewer 2. For City Capital Improvement Projects, which includa sanitary sewer rehabilitation projects, a�ost-CCTV zs required. PrerCCTt1 for mains wzllbe project specific and nated an the plans. 3. For new development sanitary se�ver insta3lation, a Post-CCTV is required. 4. Fox aIl City Capital Improvement Prajects and new develapment sanitary sewer iz�stallation, a Fa�ai Manhole CCTV is required. 5. Final-CCTV will be project specif'ic, and would include majar collector, arterial, County, Railroad, and T�OT projects that ir�clude extensive paving, structures, drainage, and gradmg activities B. Deviations from this City ofFort Worth Standard Specif'ication 1. None. C. Related Specification Sections include, but are not necessar�Iy limited to; L Division Q—Bidding Requirements, ContractForms, andConditions ofthe Contract 2. Divisian 1— General Require�ents 3. Section 33 Q3 10 — Bypass Pumpirng of F�isting Sewer 5ystems 4. Section 33 04 50 -- Gleaning of Sewar Mains 5. Section 01321&— ConstructionPragress Schedule 26 1.� PRTCE AND PAYMENT PROCIDC7RES 27 28 29 30 31 32 33 34 35 36 37 38 39 4fl A. Pre»CCTV Inspection 2. a. 3. a. b. c. 1. Measurement a, Measuxeznent for this Itezn will be by the linear faot of line televised for CCTV Inspectionpexfarxxaed prior to anyJ.fne modi#"zcat�on ar replaceznen.t detez-�aained from the distance recorded on the video lag. Paymeni The work perfarmed and materials furnished ita accoxdance with this Item and x�zeasuxed as provided un�er "Measu�e�nent" willbe paid far at the unit price hid per lua0ar foot for "Pro-CCTV Inspection". 1) Contractor r�ill not be paid far unaceepted video, Th� price bid shall mclude: Mobilization Cleaning Digital f�le CTI`Y OF FORT WORTH WF'S'FCREEKCHANLV�LiMPROV�MFIV"i' STANDAI�D CON5"112i]CTION SPECIFICATIOi13 DOCUMF7+TTS CTTY PROJECTNO. 10306U Revised MarcU 11, 2022 330131-2 CL05ED CIRCUTI' T ELEVISIaN (CCT l� INSPECTION— SANITARY S�+WER Page2nfld 1 2 3 4 5 6 7 S 9 1� 11 12 13 I4 IS is B. Post-CCTV Inspectian 1. Measurement a. Measurement for ihis Item w�l be by the linear faat af line televised for CCTV �nspection perfarmed fallavving repair or ir�sta]Iat.ian de�erznined from the distance recorded on the videa log. 2. Payrnent a. The w ark performed and materia.ls furnished in aceordanc e with this Item and measured as provided vnder "Measurement" will be paid for at the unit price bid per linear foot far "Past-CCTV �nspection". 1) Contractar wili o�k}r be paid for video kha# rs acc�pted in writir�g by Water Depari�nent. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file C. Final-CCTV Inspecfaon I7 1. Measurement 1 S a. Measurement for this Ttem will be by the Imear foot tif line televised for CCTV 19 Inspec�ion performed following repair or installation determined from the 20 distance recorded on the video log. Zl 2. Payment 22 a. The work perfoz�rx�ed and materials :fu:rnished in ac corda�ce wi�th �z�s Itezn ar�d 23 measured as pravided under "Measurement" will he paid fdr at �e unit price bid 24 p�r lineat foot for "Final CCTV Tnspectian". 25 I) Cantractar willaniy l�e paid far video that is accepted snwritmg by Water 26 Department. 27 28 29 30 31 32 33 34 35 36 37 38 39 �� 4l 42 43 44 45 3, The price bid shall include: a. Mobilizatior� b. Cleaumg c. Digital file D. Fr�nal Mat�hale CCTV �nspectzon 2. a. 3. a. b. c, � . Measurement a. Measurement for this Item will be per each manhale, junction structure, televised for CCTV Inspection performed following repair, manhole coating, f�aal adjustments to grade, aud/or instaliaatian deter�ained on khe video lo.g. Paymeat The work performed and materials furnished 'm accordance with this Item and measured as provided under "Measurement" willbe paid for at the unit pric e hid pe�r each foar "Fiu�a1 Manhale CGTV Ins�pect�on". 1) Cantxactar will anty be paid �'or video that rs accepted in �vriling by WaYer Depa�rttnant. The price bid shall inc�ude: Mobilization Cleaning Digital file C1TY OF FOBT WORTH W�5'�'CREBKCIIANNELIMAtOV�ll+fIIV'I' STAIVDARD COl�STRUCTION SPHCIE`ICATTON T]OCCIMEIVTS Cl7'Y HtOj�,CTNO. 103060 Revised March 11, 2022 33 0131 -3 CLOSED CIRCUTI' T ELEVISION (CCT� INSPECTION— SANfITARY SEWER Page 3 of 10 1 1.3 ItF.F�RINCES 2 A. Reference Standards 3 4 S 6 7 8 9 10 ll 12 �3 14 15 16 17 18 19 20 21 22 23 1. Reference standards cited in tli�s Specification refer to the current reference standard published at the time of the latest revision date logged at the end of thzs Specification, un.less a date is speaif'zcally cited. 2. City of Ftirt Worth Water Departtnent a. City of Rort Worth VVater Departmen� CCTV Inspect�on and Defect Coding Pragram (CGTV Manual). City of Fort Worth Water Department CCTV Inspection Log. B. Definitions 1. Pre-CCTV— CCTV Lnspection perfarmed by Contractar on e�sting mains prior to any lira..e naodrf"�cation ax replace�aaent. 2. Post CCTV— CCTV Inspect�an perfarmed by Contractor following installation of new mams but before completion of other infrastructure (i. e. slre.ets, sidewalks, final grading, etc.) 3. Fazxal CCTV — CCTV Inspectzon per�orna.ed b�r Co�.tractor o� mains and mankoles after all construci�onis comple�:. Tncludes CCTV of the matihales (inciuding grade rings, c�asting, etc.) after street constru�tion, final grading, and manhole eoating, if the coating is required. C. �'�a1 Manhale CCTV — CGTV Inspectian perfozmed by Contracto�r on nrianhales and/or ,�unction structures, a�er aIl c anstruction is complete, Includes CCTV �f the manholes/ (including grade rumgs, casting, etc.) after s�reet construction, final g,Fadmg, and manhole coating, if the coating is re.quired. 24 1.4 ADMIN[STRATiVE REQLIIREN�NTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A C�ard�ation L , Sanitary �ewer Lines a. Meet with City ofFart Worth Wafer Department staffto confirm that the appxopxiate equipme�t, software, standard tempiates, defectoodes and defect rankirxgs are ber�a.g used, zf required. B. Schedule 1. Tnclude Pre, Pnst, Final Manh�le, axzd Final CCTV s chedule as part af the Cc�nstructionProgress Scheduleper Section a1 3216. 2. Allow time for Cityreview (2 weeks minimum—Notification needs to be sent aut to Project Manager, City Inspec�or, & Field Operations). Post-CCTV can be scb.eduled az�d suba�aitted for reuiew after eachsewer ma'rn cQnstructianhas be� completed. 3. If CCTV is accepted by Gity Project Manager, praceed with work If rejected, cc�ardinate with City per Fart 1.4 A. 39 1.� SUSNIITTALS 44 A. Submittals shall he m aceordance with Seation 0133 00. C1TY OP FQRT WQRTH VVT�i'CIL�EKCT71�Nitif�LTMPROVEMFNT STANDARD COiVSTRUC!'TQN SPECIFICATION DOCUMEI�'T5 CTTYPROJ�CTND. 103U60 Revised Macch 11, 2fl22 33 01 31 -4 CIASED CIRCl111' T�LEVISION (CCTV) INSPECTiflN — SANITARY SEW ER Page4of10 1 S. All CCTV subtnittals shall he submitted to the City Inspector to be uploaded to 2 camrnon location far revi�w and camment by Water Operatians and Inspectians. 3 Alterna�ively, the Inspector canprovide Contractar access to upload directly ta eommon �# location. Inspection and Water Operations staff sha]I be notified wher� CCT�+'t�pload �s 5 completed, 6 C. Tf inspected with Infrastructure Technologies IT Pipes Sofiware per CCTV Manual 7 provide video data per fi.he CCTV Manual. Provide additianal copy of video in �ideo S file MP�4 with H.264 code — Advanced Videa Codiu�g aud cozn.pression standard. 9 IO 1] 12 13 1� 15 16 I7 18 19 20 21 22 23 Z4 25 26 27 28 24 30 31 32 33 34 35 36 37 38 39 4a �1 42 43 44 45 46 47 48 D, Tf inspected with other saftware provide video data in video #"�le MP4 with H.264 code— Advanced V'ideo Coding and campression standard. E. Inspection Report shall include: 1. Asset a. Date of Inspection b. City c. Pro,�eet Name (Address accepted if project name daes nat �xis#) d. Main Number— as shown an drawings or GIS ID (IfAvailable) e. Upstream Manhole Statian — as shown on drawmgs ar GIS ID{IfAva�7ahle) f. Downstream Manhole 5tation — as shown on drawings or GI,S ID{IfA�aslab�e) g. Pipe Diameter h, Material i. Pipe I.ength j. Mapsco Locatio� Nunr�.ber k. Date Co:nsYx�cted L Pip� Wall Thickuess m. Grade percentage n. Inspector Nar�e 2. Inspection a. InspectionNuzxzber (i.e. 13�, Znd�GtC...� b. Crew Number c. Operaior Name d. Operator Comments e. Reason far Inspection f. Equipment Number g. Camera Travel Di�ection i� Upstream to Downstream--Deviation will require written justificati�n, with the exception of stu�auts & abandonmentplugs that will ah�vays be r�corded from the dawnatream side. h. Inspected Length (feet) i Woric Order Number {if required) j. City Froject Number {if requ�red) k. City Contiract Narne 1. Consultant Campany Nam� m. Consultant Contact Name n. Cansultant Contact Phone Number o. Contractor Company Name p. Cantractor Contact Natr�e q. Contractor Contact Phone Number F. CCTV overlay screen shall includ� (opening text to CCTV inspection} a. Date af inspectian CTI'Y qF FORT �4IORTH WFS7'(�EEK CHAl�l[VELTMPROVEMINT STANTIARD CONS'I'RUGTTON SP�CIFICATTDN DOCI714iEIV"I'S C£PY HtOjECTNO. i03060 Rcvised Maroh 11, 2022 33 D131 -5 CUJS ED CIiZCiITT T F.I EVISION (CCT� INSPECTIO�I — SAN1TA12X SEW ER Page 5 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 ]4 b. Gity Nam.e c. City ProjectnLunber d, Prof�ct name e. Main number £ IIpstream SS Manhole {or Plug} station g. Downstream SS Manhole station h, Diameter i. Crrade/Slope j- Material k. Lengfh 1 Cantractor m. Inspectors name n. Travel directior� o. Date Constn�ction 15 I.6 IIVFORIVIATIONAL SUBM[TTAL� Ib 17 18 19 20 21 22 23 24 25 2b 27 A. Pr� andPost CCTV submittals 1, CCTV video results shall he submitted ta City that can be uploaded to shared comznon location by the inspection staff, upon confirmation that the submittal is cotnplete {partial submissions are notaccepted, except in special satuations that are approved by the Water Department). For pr�CCTV submittals, approval of the submittal shaIl be �rovided by the Project Mat�ager prior to cQnstruction start whenconnectiugta e�stang sewer. 2. Alt�rnatively, the Inspectar canpro�ide Co�tractar access to upload directly to co�an locatian. Inspection and Water Operations staff shall be notified when CCTV upload is compieted in order to confirm submittal is complete. Inspection Report (separate report fila for each individual shall be submitted ta inspector ar directly uploaded ta shar�d cammon laca�ion. 28 B. Additionai information that may be requested by the City 23 1. Listing of cleaning equipment and proceduxes 30 2. ListYng of flaw diversian procedures if required 31 32 33 3, Listing of CCTV equipment 4. Listing of backup azxd staxxdby equipment 5. Listing of safety precautions and traffic eflntral measures 34 1.7 CLOSEOVI' SUBMITTALS 35 A. Fina1 CCTV sha]1 not be completed until all manholes and surface covers are set to final 36 grade. All as built changes to plan and profile drawings (redlines), are required to be 37 reflected an the #"�nal CCTV inspec�ion �nfor�adon. Final CCTV shall not be 38 completed until all as �uilt correc�ions have been naade. 39 I. F:inal-CCTV submittals CTI'i' OF PORT WORTH WES'I'G�tEEK CHAI�0.YELIMAiOVF�iF1VT STANDARD CONSTRUCfION SPECIEICATION DOCj.TMEHtTS CTFY PRaJECTNO, 103p60 Revised Ma�h l l, 2022 33 (1131 -6 CLQSET] CIRCUTT T ELEVTSIOTI (CCT� IN5PECTTOTI— 5A]�ITARY SEWER Page b of 1Q 1 2 3 � 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 a. b. c. � e. � CCTV video results shall besubmitted to City tha# can beuploaded to shared comman ioca�ion by t)ne inspection s#aff, upon confirmaiion that tl�e submittal is co�nplete (pariial submissions are no# accepted, except in special situations that are approved by the Water Depariaqaex�t). Al�ez7a.ati�ely, t�e Inspectar c an provide Cantractor access to upload directlyto common lacatinn. Inspection and Water Operatzons staff shallbe natified when CCTVupload is completed in arder to canfirin subnnit�ai is complete. Sanitaty sewer video f�le{s) in MP4 wrth I�264 cade Advanced Video Coding and cornpression standard City Project Number displayed withni text of sanitazy sewer video. Construction Plans identifying the line segments that were videaed. I�olude eover sheet, 1 digital copy of the redlines (Contractarr to upload inio �cc�la or BIM 360), overall line layout sheet(s), ax�.dplan. andprn%lesheet(s). I) Qne ( i) 1 l"X l 7" copy Sanitary sewe7r line segment from drawin�s match liae segments on Inspection Report. R�com�end some mini�num guidance for standardization of line segmen� submittals, to include proper identification ofProject: name, CPN, line id�ntification and stations, as wall as format {e.g. PDF?) and minimum annotations required to explain deviations fram palicies as specifi�d in this document, or any anomaIies that axe con.sidez�ed within ta�erance. Inspection Report {separate :re�ort t�e far each individual shall be submi�ted to I�aspecto:r ar directly uplQaded ta shared common location. AllovcT two (2) weeks to revlew before requestmg final inspection. After review by �e City Inspector and Water Field Opera�ions, if applicable a combined set of punch list items will be submitted to the Contractor for correction. g• 26 1.� d. CCTV SPEAIISHEET LOG IN EXCEL FORMAT MAIN'IEIVANCE MATERIAL 27 SUBMCTTALS [NOT USID] 28 1.9 QUALITY ASSURANCE [NOT IISII)j 29 LfQ DELIVERY, STORAG�, Al�[D HANDLING [NOT II5ID] �o i.�i �II.n Csi� co�i�oNs �rr�T USID� 31 1.1� WARRANT� [NOT UrSEQ] 32 PART � - PRODUCTS 33 34 35 36 37 38 39 40 41 42 43 A. Equipment 1. Closed C�rcuit Television Canaerra a. The televisian camera uscd shallbe ane s�ecificallydesigned and constructed for sevver inspection. Lighting for the camera shallbe suitable to allow a clear picture of the entire periphery of the pipe. The camera shallbe operative in 10d percenthu�nidity/submerged conditions. The ec�uipment wiIlprovide a view of the pipe ahead of the equipment and of features to the side of tlae equip�pnent through turning and rota�ion of the Iens. T4�e camera shall be capable of tilt�g at rigiit angles along the �is of the pipe vvhile panning the ca�nera lens through a�ul� circle ahout tha c�rcur�fer�z�ce o:Ekhepipa. The lights on the camera shall also b�; capable ofpat;ning 90-degrees to �he axis of the pipe. C1TY OF FORT WORTH WESTCREEKCHAN[�TELIMPRbVEMFl�T STAI�DAI�D CONSTAUCI'ION 3PECIFTCATTOTE DOCLtb�N'1'S CITY PftOJECTNO. 103060 Reviseci Ma�h l 1, 2622 33 013I -7 CLQSED CIRCUIT TELEVISION (CCT� d3Y5PECT IQN — S F#]YITARX SEW ER Page 7 of 1 � 1 b. The radial view camera must be solid state color and have remote cnnfirol of th� 2 rotational lens. The eamera shall be capable of vie'tx+�g the cornplete 3 circumference of the pipe and manhole �fi.ructnre, incIuding the cone-sectinn or 4 corbeL The camera �ens shallbe an auto-iris type with remote controlled 5 manual averride. 9 1Q 11 12 13 14 15 1C ].7 18 19 20 21 22 23 2. Video Captur� System a. The video and audio recordings oithe se�ver inspeetions s�talI be mad� using digital video equipment. Avideo enhancer may be used in eanjunction with, but not in lieu of, the required equipment. The digital reeording equiprnent shall capture aewer inspeci�on an USB drive, with each sewer segment {�om upstreann manhole to downstream manhole) inspection recarded as an individual �le in MP4 with H.2b4 cad� format. b. The system shail be capable of printuig pipeline inspection reports with captured images of defects or other related significant visualinformahon c�n a standard e olor printer_ c. The system shall atore digitized color picture images ana be saved 'm digital t�ormat on a USB drive. d. Tke system shallbe able to produc� data reports to include, at a:r�uniznuzn, all observation points a�id pertiaent data. All data reparts shall match the defect severity codes outlined in the City's CCTV rn�.nual (eIectrora..ic copy available on Water Department's website — http:llfortwflrthtexas.�ov/water/wastewater/CCTV Manuai . 24 2S e. Camera foatage, da.te & manhole numbers shall be maintained it� real time and 26 shall be displayed on the video znonitor as well as the �ideo character 27 generators illuminatecl footaga display at the coni�ol consola. 28 PART 3 - F,XF.CUTION 29 3.Y INSTALLERS [NOT LTSED] 30 3.� EXANIINATTON [NOT USID] 31 3.3 PREPARATION 32 A. General 33 1. Prior to inspeetion obtain pipe and manhole asset identitication numbers from 34 the plans or City to be used during inspections. Inspections periarmed using 35 identification numbers otker #han the 1"me number (ar existing sanitary sewer 36 mai�/latez'al) and station numl�ers from pIans or frorn assigned numbers fmrri the 37 City wil1 nat be accepted. 38 39 2. CCTV Inspection shaflnot comrnence unfiil the sewer section kn be teJevised has been eornpletely eleaned in conformance with Secti�n 33 04 SQ. 40 3. CCTV �nspection shall not carnmence untiithe sewer section to be televised 41 has been comple�ely cl0auedin canfor�aaancewith Secti�n 33 04 50. (Sewer 42 system should be connected to existia�g sewer system and should be acti�e) 43 4. A final CCTV Inspection of newly installed sewers (not yet in service) shallndt 44 cflmmenee un�ilcampletion of the following items: CITX QF k'ORT RTORTH WE51'CIi�EK CAANN�.IMk�i.OV�MENT STAN➢A'RD CONSTKUCTT�DN SPECIFICATION T70CUM�7f5 CiTY PROJECTNO. �03Q6Q Revised Matdi jl, 2022 33 0131 - 8 CLOSED CIRCUIT TELEViSION (CCT� ➢�I3PECTION — StLNITARY SEW ER Page S ai lU 2 3 4 8 9 10 11 12 l3 14 15 16 17 z� 19 zo 21 22 23 24 25 25 27 2� 29 3fl 31 32 33 34 35 36 37 38 39 40 41 a. Q c, d. e. f Manhole final grade is set (after street paving, under Final CCTV, Final Manhale CGT� Manhole lining is complete (after street paving, under Final CCTV, Final Manl�ole CGT� Sewer main is cleat�.ed Sewer air t�st is cosnplete Vacuurn test of manholes Installation of aIl laieral s�rvices and campletian ailo� pressure t�sting of all ne�v services g. All sewer main and manhole work is complete Once reviewed and accepted by �7Vater F'ield Operations the sewer system should be connected to existing sewer system and ready far use upon %al acceptance of ihe prajeat. S. Temporary Bypass Puz�nping (if required) shal� confoxm to Sectzor� 33 03 10. B. General C. Pipe 1. Use �az�ual winches, �Sovvex wincbes, TV cable, and po�wer rewinds tl�at do not dbstr�c� the camera view, allowing far prnper evaluation. Begin mspection immediately after cleaning of the main. Move camera thro�g� the line in e�Yter direction at a moderate rate, stopping when r�ecessary to permit proper documentatzan of the main's condition. 3, Do not move camera at a spead greater than 30 feet per minute. 4. During investigatian stop camera at each defect along the main. a. Record the n.ature, Iocatzon and oxientation of the dafect or infiltratian location as specif'xed iu the CCTV Mauual. 5. Service connections, Pan the Camera to get a camplete overview of service connection including zooming into service connectionTnclude location (i. e. 1 o' clock, etc ...) �ee photos 17 tlu u 23 far ex�unples 6. Joint defects, Include comnoent on coaadition, sign.s o� datnag�, etc... Note �ffset andlar separation at a jomt. Includes joiuts whera one pipe is not cflrrectly a�igned with the connecting section of pipe causing a lip that could impede flow or a s ection of pipe that i� aligned but has pulled apart horizontally and may not cannect to the other section of pipe. See Photos 2�l thru 29, 35, 36 for examplas 7. Notate visible pipe defects such as cracks, brnl�en or defor�ned pipc, holes, offse� joints, obstrucfions, sags or debris (show as % of pipe dianleter). Tf debris has been fou�d 'm the pipe duruig the post or final CCTV inspection, additional cleaning is required, and pipe shall be re-televised, See Photas 1 thru 12 for examples S. Notate Inf'�t:ratin�/Inflovv locations. See Photos 13, 20 for exa�aaples 9. Notate Pipe material transitians. See Fhotos 30 for example CITY OF FORT WORTH STAIVDAI2D CONSTRUCI'ION SPLCIFICATTON DOCU1bI�PfTS Revised Nfa�+d� [1, 2022 Wfs'�T'C��K CIlANN�T.,IMPROV�IvIPNT G'�TY PRO]ECTNO. 103060 33 0131- 4 CUJSED CIRCUIT' T�I.E�JISION (CCT� �ISPECTiON— SANI7'ARY SEW�Ii Page9nf10 1 1 �. Notate other locations that dQ not appear ta be iypical for :nor�nal pipe 2 canditions. For example, lacations couldinclude con£licts betweenthereplaced 3 main with other utilities (including pa�ing and storm sewer), causing pipe 4 deflections, sags, etc, holding water. This could also include any damageto the 5 maiu andlar servzces aftex the main has been replaced. These locations could 6 occurbetween ti�ePost-CCTVandFinal-CCTV submittals. SeePhotos 31 thru 7 34 for examples 9 10 11 12 13 14 15 16 1 L Note locations where camera is underwater and level as a% of pipe diameter. Cainera underwaier — Point in which the camera lens is 100% submerged underwater and/or 50% of the pipe's diameter. Camera emerged — Point in �rhich the canri.e:ra lens has ernexged from being underwater. Severity is descrzbed in ranges by linear feet. This would include p:�e deflectzons causing a considerable increase (ie. double or more) in the depth of flow in ihe pipe (to at least between 113 to'/z af ihe pipe diameter}. See attached example photos at the end of this 5pecif'ication showirig the depth changes in % fu]I of pipe. See Photos i4 thru 16 for axamples. 17 12. Provide accuz�ata distance measuzement. 18 a. The meter device is to be accurate to the nearest I/I O foot. 19 13. CCTV reeordingsegrnents are to be sir�glecontinuous file item. 20 a, A single segn3ent is defined fram manhole ta manhoIe. 21 b. On.ly sin.g�e ssgment videa's will be accepted and preferabiy include manhole 22 inspections {znanhole to �.anhole). 23 c. Individual manhole inspectio� will r�quire written justification, included under 24 the Final-CCTV bid item. 25 26 27 2$ 29 3� 31 32 33 34 35 35 37 38 39 40 4I 42 43 14. Pre-Installation Inspecti�n for Sewer Mains to be rehabilitated a. �erforrr� Pre-CCTV iuspectzon immediately after cleaning of the rnain and before rehabilitation work. 1) No clean'v�g equipn:�ent zn the �nn,ain duxin�g CCTV. 2) Water shall he present (or flowing) wh�le recording CCTV ta conf"um system fanctionality. b. If, during inspection, the CCTV wi71 not pass through the entire section flf main due ta 1�Iockage or pipe defect, set up so the inspection can be performed from the opposite �anhole. c. Gity Praject Managear (PN� s�all review and nr�ay consult with Sewer Projects R�parting aud Operations (�PRO), and pravide comm.ents on zdez�tified defec�. Contractor shaIl pr�s�nt propo�ed r�pair meihod(s) for approval by the City PM, before proceed'mg with construction. d. Provisions for repairing arreplacing the impassable location ara addressed in Section 33 3120, Section 33 3I 21, Section 33 3I 22 and �ection 33 31 23. 15. Post-andFinalTnstallaiion Tnspectian a. Prior to inserting the camera, flush and clean the main in accordance to Section 33 04 50. Water should be presentJflowmg during the rec ording op�ration, to demonstrate ihe fiinctioning of the instalted system. 44 16. Documentation of CCTV Inspection �+5 a. Sanitary Sewer Lines 46 1} Fnllnw the CCTV Maaival (CCTV stax�daz�d rz�anual supplied by City upo�a 47 request) for the inspectinn vid�n, data logging and reporting or Paxt 1. S E of 48 this seckion. C1TY OF FORT WORTA WESTCREEKCIL4N�TELIMPROVEMINT STANDARU CONSTRUGTION SP�C1E'ICATION DOCUMLNTS CITY PRC7JECTNO. 1�3060 Revised Ma� El, 2�22 33 01 31 -10 CLQSED CIRCUIT T EI�VLSION (CCT� INSPECTION— SAMTAR'Y SEWER Page I O of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 D. Mx3lli1018 l.. Fizaal Manhole CGTV Inspec�tanrecording segments, willreveal condition of manhole m its entirety, including corrosion protectionif applicable, Camera should paa the entire manhole while fowering ta include camplete view of invert. Thi� requirement applies to new manhole in�stallations and rehabilitated manholes after epaxy lir►ing installed, if applicable. 2. Natate In%ltrationllnflvw locations for Yr�cor�structian CCTV recordings. 3. Post-Installation CCTV Inspection is only done after all construction is complete. E. . 3.4 REP.A�R 1 RES'�ORATION [NOT USED] 3.� RE-LNSTAI�L�'I�ON [NOT USED] 3.b FIII�I] [n�] STTE QUALITY C�NTROL [NOT il'SID] 3.7 5Y5T�:M STAR�IP [NOT USID] 3.8 ADJUSTING [NOT i7SID] 1b 3.9 CL�NG 17 A. See Section 33 04 50. 18 3.10 CLO�EOUT ACTEVITIFS [NOT [TSID] 19 3.11 PROTECTION [NOT USID] 2d 3.12 MAINI'�ANCE [NOT i75ID] 2I 3.13 ATTAC��NTS [NOT iFSID] 22 23 24 25 DA'I'E NAME END OF SECTION Revision Log SUMMARYOF CHANGE 12/20/2012 D. 7ohnson �Vaxious— A.dded requiremanf s for coardination with T/P W for Storm Sewer CCf V 4/291202I 7 Kasavich Various — Alternative to CCTV1VIanual, modified suhmittal detail requixaments 3/11/2022 M Qwen Removed referencedto storm drain CTTY OFFOItT WORTFI WF�TCREEKCIjANNLLIMI3iOVEMFNT STANDARD CONSTRUCFION SFEGIFICAT1pN DQCZlMFN'�S GTI'Y P�20JECTTTO. iO3A60 Revised Ma�h 11, 2022 � � � �. � Pha#o 1 Flow �epth Acceptab�e _ -- .• �� � �' L���IH: ���i+�,��'� � la�i�►11H; �� � '1'l7� �_l��1�'��� `� '� *�'� ����� �'M '���� � � � " �� � �9 E r 4 i ,+— �� � � �5���'�IL���� ���L'�����:�4�..•,,. � a 4 - I 1 ` � s ' d. • � i r ' • �� � � � 4- t 0 �F � �-�� ��.i�� Phata 3 Flow Level Acceptable -�'. �.+i1• �.1 � � ,J � � _ i � k �, � . . �� � � � � .�w�r�i� _ ,�r;�... �� wtr�.�� � ,ir��w.. ��a+�+ �� � �y � . � Phato 4 Flow Le�el is eleuated. � �- � �r ��-' � � _ .;�i�� Phato 5 Flow Ele�ated but belo►u 1J3 capatity. No actior� required � . �, � , � } " �,t;� �. ► ' "'�,,. ,�..:, '`'T r ' Phato 6 Flow above 3U%. Potential Sag or dek�ris. � � �- -- _.�- . `"�a� ;��a3R�al���23 iiE���f�$ � , i � � �., � �ii 1_� ' �l i ' PhQta 7 pffiset Jaint Exam�Ve L , � � i .�w - . , �,+ [k 1 ��Y` I 1 � •� �� *1..}I �# -�� � �� �� �� u� �� 1 ,{ � i�. ��� Y ti 1 t., + f ti . ,i a � ' ��" . +, !� I�. � Phofia $ FEaw a[�pears ta be stagnant possihle sag, # _ .� Photo 9 Oehris evident. ClEan and Re-CC'PV priar ta submittal � .' _� � ��� ��`� . �� �s�=�� "�`..,��„-� ' ' . � `y �.. �� � . e ��W �' � _ . '-i�. � _ y�1� � "�'"�+' . c y f^.-„r �� ' -'�`�` ,� _ ; �. ♦ _ - � � _"` 4 T ' �� - � � � E ^ � " A Phota 10 Oebrfs evident. Clean a�d Re-CCTV priar ta submittal. � ��H: "� ��' � ,�', . ,� .� � � �� Phata li CCTV shauld not be subrnitted. Clean and Ra-CCTV priar to submittal i � . ' � � � � , i'• Phata 12 Survey was not completed. 7ake cnrrective action and Re-CCTV Phata 13 Example of Fotential Infilira#ion/Inflow locacion which the water Ievef returns to normal. Corrective action will be required, Phota 14 Water leuel approaching submerging eamera. Recard 6eginning o# level increase and note the point at Correciive action wiil he required Phato 15 Camera submerged. Note beginnin� paint of increase level and the enc! of the increased depth. � � � .' � � . . .�' _ � Phota 16 Camera submerged. Nnte beginning point of increase leve] and the end of the increased depth. Correcti�e action will ba required � PhBta 17 5ervice Tap. Nate tha losatian and pasition of tap tn relation to the sewer main. Repair required? 1������Z� '��,' FT _ �," 1 . � ` � I 4 f' .. f s ' � � `� • ` � I � � � � _� L � � � i � . ` � � �. - ��. � .� _ - . . . .. �R . PF�oto is CCN should include �riew af service line. Retake CCTV Video? � j � � � �'r � � Phota 19 Ser�ice tap holding water. Correcti�e action required, i� �l �'�: __ .. •R 7�rL� 1P �o n• s r F { ti �� � ��+. � _ �, -! � ` � e "7��-. I' r; 5 � � � � , � ' .� . � � � t�,. � I � � ,� IL � j, �- , ��,t� �, , � ', � . . ." r t � _` �� j x� ��� i �' .i � � • . � � �lr . � � � . ` , ,+� �. ,� 4 � � . ' �;�� , , , 4 � � i � � , *�• � 1; �+..� �� - � � , � � f � � �, r � * % '� � r t l` . 1 t `� �j�-.� � `� � �'ti - L� ' �r F' � � -•Ir .T_ '`S�-}' .. �•✓ %�' � � ' � i � { � f �F `�� � � . � � � - �;� n � c �� , i' � � ��� w I - � �1:� �_I ��` �` *� i , il 4 �. f T� 'IG� �i �� � , � �.i � #~ �. � - . .. - M � ..c� Phnto 2Q Service tap is installed incarrectly. Also is a point af potential Infiltratian and Inflaw location. � Phato 21 Proper Shot of Sewer Tap �.._ . � - 7�, J - I iS �7�-�' -� ��I�� �:I I ;'' ., ; r� ,,r. � n .1.01 = � � , i � .. - • � ' : 4y+M1. y L � � * i � I i I I . r � 1 , � I � � T i' I � � ] S s � ' ° f �� � " �` '` �, "� . � � ,.. Phato 22 I]ehris in service line. Corr�ctive action required �i.��I.� ;�lall�� 9i 1 r�� - : �'n'��.v �l.a�'. _ w I ' � I� ,I �]�''° ��;�t�� ,� • - i � �- � {� �` ! � � • �, . � � _ � � S �� � ,� , '•��;�'�,,,- � Ir11�: � ,i � c�� -� . Photo 23 Service tap at proper location. � --- — - — -. _ ._ . _ . . . .. . . - - • �- � _ y` _ '- - � ��� � i.,c ' . , � • . _ -� - �1`, `� � �� • � � w" � "� � = � �� � .►. � �,,, �- ''�� *'• , � �� .�r . ,r� a, , y �� ��. �� �+' 4 � �� � M � �. -y��� � .� k� Phota 24 Ramage to [iner. Repaired is required. Photo 25 Damage to liner. Repair is required. Phota 26 Damage to Liner. Repair is required. �,��� � . .A . ��� a�' ','��': „�. ' �. � � ♦�� � , ��� �� ;. � ��, � � f � � •r' ' _ � � ' � f� �.,, � .. 'iFC-_ �* ' �,, � . . . �. „ � -r �� � ` fi ' `� • . 1 f' 1. Y '� !�► • � � �' 'N � � � � y / / � 1' ' `` _ r.. �. .` xr I _,��.��j� �,s;. � � 4 �,�,�� _ '� -r � ..�, i. . ,� . .� r �..e� . w+r , . � + � � � * "" � ,� � ``��1k ,/ � �� � ` ,,,;. - �: �� �:- i - . �� _ _ - � �. , �- , 3 �� � � � : � `M _�' s _ � � � , � " �� � � � 1 - r� � C � .� � �t �� � � �� � � � �.� � Phato 28 Damaged Liner. Damage to be r�paired. .. . =.z. . . ��� -��:�L���� '��. . � . r 0 �'�,l�I�I�1H: ����� ' � � �' - � �t �' � 4 � -- �� � }i♦ ,., t . • . �' � _ r . r"� / � "��i�L�i�'��� �����.��.���� � � � � ��� ., • •�w . 'r� s �e• �1�11-�: ��+;��� , t. • �►._: � if � � ��_ ;�. : -, . � f � :' / � � �� Photo 30 Change of ma#erial. Note change on CCTI/ log. Repair required? � Phato 31 Beginning ofi pate�tial impact from adJacent utilities Ftepair required? i �_ Photo 32 Cantinuation af impact from adjacent utilities Repair reqttired? F - - L , _ : ., s�; :_ `� _ .. . -r_, � ;, . �; f -��ii �i �-k;� �]J-�F {�.-1��11.��;��; I;: ,_�' II II'�li- �:�� � � ,. _ � Pho#o 33 Continuation of irnpact from adjacent utilities Repair required? . . . �. � � Phot� 34 End of impact far patential impact fram acfjaceni utilities. Repair required? . _ � f� _ .�� � Phata 35 Shart Jaint install�d (not a closure piece} daes not comply with specif9catian Repair required? Photo 35 5hort piece installed with wye inserted does nnt comply wYth tlesign �. 4��� �+,i i , � . �,., . + �� �""`"!�� , ' ;r++"``�..�-# � . �,.�,�.� . a,�y', . ,�. , * " E �. � „ ��. �� . � �,, ,* .��+I » � ry,�,— �,. , wt �r4M � *�� � � j� •. � � C� +•�-� �� �: : , ,� - + � ' �. � �� � � � � � .� �� � �. � :4 � � � �� _ yi . � � �� t � � � � � 1 ' �, i � �. ��r . w.r� � .-. . I�17 � :i �� � � � �. � � r # � ! _. . � ._ •. ..,• 4 r _ .J�_ � s • i ��� � � r, s • " 7 �`K � y � �r .� _' rrF - � . r �� • � � � rt� . �. + �} � - � ! ' �, _ • � � y� R_ �' �. .. .t F" .. � �.'' _ , ' �- . F� t • t� •I1 � I f a, "' � � -� •i� + , ' ��M.�i�`�`�. �L � � . �� �� , ti � k �� � s # � . ;- _ �_ � . `� . _ _+� � . , �r = �� � 4 r k.y- � * �� '* � r��� r *# . � � -a�. a � r -� � f 1 �� �"�` .� { + �* � � �J �" • � � ��4 f X. �� t ► � � � -s , ,��' ;���i- " - �,*� � � . � ,� ' . ,� �I�r �f�_� �� �1 � M � • t' I�� � ��7� �� "♦ � • ' . ��--�y _ � . �' � 1� _ i�=�� ' � .�-� �I� � � � �� ;�� L. � '� �t � �, � + �; ' �it y� � � .,. �� r�..., , . -� . �► � �� �►�j�,F �n�t� �� � � ��� ., I . :� - •�.E�� . ��I �r t' � +=-j' �F ,�, �� � � .� � ���� �,aa �nt ��r��i fi�'` I i�!,� � �� � . _ _ T T _ ' ` ��� _ _� . t ' - �_ _ _ - 1 1 # � .�' 1 ' i �� ` � - � `4 �I � �EdE { , n{ , I � ` �r �� � � � � C. I " . i • - . � '�'"'"�.� cr�t . I� • " , � � _���� t ���3`� Y�,. a . �� y-� , � r ' . i � r _ ` � � �a , 4 � . , � R +� # , I . � • _� ' � � . ► 1 y � ; � � 4 �.,� � r ! s ... `.' s 1 1�, i : �� ��' i . • �, ` i • � � � ' t , ' ' � .� f ` � ,.' �� "'�w�r � . 'i ` � � �`► , t �, w�� �� �i, I' I�r �� . � � � �, � �� e p , �� +`�� •� � N r �' ' ' `'!�"` _ + �� � � 'F ,; �. � � �.� �. .. . ' , :k � � � ', ' �� '`s�� - .� . � {i MI . . # ' „� y � , .� # '► 'R ��� * , '� t�-�# F�yI ��r: i�� " �'—_, t � � � �.,� r I � � � rNl . ' . � + � , t • � '� +_±�} •� . _ �.r . � 4�1 � � r * � r� � }i � y'_ + L I � _ 7 i 1 1 � 74 � ` ` � r� � � rJ s r_ # � � � +#�� * � �"`~�` � + j��4� 1 ��.I � � � . F � , � � ' � A � . _ � ^ + � � + ; � 1, � . � tr .� , ,f.''F 4 M . M � * � ! � � � } ` # t�,r 'ii F , � • 5' + I �M ...�,. � ♦ �!} � �r��7� �I `• e �.,,, / �� � ' .`ic • !" + • �i 5 = � ult,' � �„ t „� � -~ ,i • . _ i ,+' I . .- �- _ ��- ' � . `� �. .: ,..�s^�'�a' � f � _ _ i �' ' C i� �-�� � ti i ��.'• f � � � . ; -; � � ��� �� F v. , �j { . � .� + -.. . � .�� j����i�r�{� � � �xti"i� �._ al '' 1• �� �t�� i� �`iF�'F�. � �- � �+ + " • r �. • ++ � r -. j � � � � �- ,. w . � t � : _�' �'� � -� �i l 1 � , � � � , `� � - .��. . "�'' . � � 4 Y C � I �� � II � +it��I I ' ' � f , ,µ, ;y' I �� 4 1� � � � �.. , 1��►;�'M•�� I �� . „ �L1i4� 'I1�1� � � , i ,' � a� k�.i��l ��i�i �r_jM r ' � � . �,' � +� - a r .� �� �� �� i ! (��I �r' �� 1 �. � �.• {nn� � .� ,� � � -' F -� T -t, � ���! � � . � ��'l,TM��{ — � �l �� � � �� �` . ,* . � � , N � ` ��� �� t . �, r � . � I p 'wl ♦ �. � �� 1 � • � .� i 4 i � � . • i . � � r. +w. i r� �.1 '* �I� ' ��' - ' . , s � •` � � -. �,'��4�..- -• ". • � ,�•. 4 , �� l � �JtIM � ' _� , , � �,.1_, ��. � 'ti +�t * ° • ''' � z .,• �. _ ���,f�l 1► ' ." � J ' " ' `�.'�: . �� " � _ � - � '� i - �i�l� ` _ t �� . r � `� ' ti _ ' R� . . . y�� i I�� f� �• �_ � r �� � I �, � 4� 1 5 + F r"�� . �� : r. �{ R r �� � r, � � �'' I �= ' , �ti � .� - � j'. � �/„ . ♦ . t � �� _, '; w , , . E . ♦ � '. � � f '�• �• 1 e I . t`,' �` f r • � . ,. � f .i �i . 0 �M1 L y • • j '•4 � � , -. # w � � • � ,� w i f +. I IM r� � Ir � d� � �. f f�� . � .� .� � � • `� ��- �/ M E ' � - - � 1 y'! ��� � �" �a �1 . �,y, . . r► � - . , � '�t^. �^ � � ���� • � � • `� '��.�i '. � , ' t. , , • i i ; a •� �� �-t� � . ` , t � ,� , . M � + - - � _ . . � . • � w, �7 , . ; �:� ..� , . e �, /��tr . + + -,. . � �, ~ i'�ii r�"� � f n �; ' � .� � � ,�M � i.i �, � r .� � �� ,� s _A +_=i 7 F�•' � {r -.♦ ' �11i�� r �1 j� �� - !I f� `- � �- i � +.�� , �� � �_� f I ��� ��t�'� ���,�1 �1 a �' •J , '.� � �1 - � �+ � � � 1: . �ri� � . ��� � I T _ I � I ,_� ��i�r— — � �- _� — ,.. , � � �,.- ,� �--, ,, -. � _ ._ _� , �.�:�.� = - . . � ��. �* � � . � .�• � . ,_ �.�.. � V� �� �� �� . 'il ; ii � �.. ti}. . , f ti , .+ _ . �'�e -� r���}{ �. �' � �� � � �i � ` ,�: _ *- - �. . ` . � . . . ` • - � � �� !, '` � � � '"� ��F � - e�r � . .� �'� � �" rt a �� � y *r� � ��i��,i��,�«.�. Yr' ti�}rr-1� 1 k � �f �7#- � �r _�#�4 , ,4 . . ,_ ,�,; ,� . ., � , � � ���,ti{ .� �� .• . � � M M �t� . . .,�r,: i r � + :�' � I`' I i► ^. I � � -� '1} � 3 _+ r� � � �ti • � � � ���*�� �� •�� 1 Y—�7'!4r - � �� _ ��� .F !',,. . � �� � � I� ' �I�� ' + � �,' .a. �� '� ��+,� I� � w � �� �� �`'�.'���, , ,� . � �. � �� , � � ����.�� . �,�' , �el�ej � � r.�14+1 I i' � t ' � . � �� � T � 1 � # ' F� � • . ' � � ^� � � A� i i{ � ♦ � � 1 � � M � � • • E � Ii Y 1 j A ' � t �l1F f R � ' �� 1 1 ' fi �j� � I' � � � �,— -� � ,��� ' — ��Y --' V M" -; _.__ ' �. �� �, � � � � . ��. . �4 �� r x ��11 r � t{'�� � . �w + ° � yE �r� �'� �� • � t t 1. .� • r�����. � ti {' � �.���,�M � �E,, i . ' '. : } E: . E �`'' �` i�� - � 1 �f� �• �� i 1 f i _ �t - V�' �! i� .i . �+� �Yf��P i� 4 4 ,� � �, •+� � � I �, � •� �'t--� � �� # � "I :�� F� , ,�� .{ r {'a� � k ����.s+ i �iki��� ��IIYF� � �� ,'1� I �4i 11 i � i� ' a � �C��Y� .I � �I�I�Ii� �� i � i � �' `�� � � '� :, �, T���� ��`���-� � ; 'Y. S' ���������� �� � *� � .. , * _��, �, .� �,� �� s. � ' � .�* ' ' . ` d f� ' _ �•#{ �+f••~ � • �1 r' '*i .` , I -�` � � . ' � , • - � ''" II � ������ �� } ��+� �1�1 �, � R-R� . �� Mt'��� .r �i �.� ,. � . F-, I 1 �i�� �. ,•� t � �b + � � 1 .:�'I t �� � • • � 'ti 1 �s *� � #- ; #��l � � �r•t ,,, , ��'-i I��G F , � � 'I 1 I �` _'� � �....I �" � � ,� �r �i j+ + �" � � y'M{ . -. iY � � � � i i � � i,�}{ �I - - � :� ' �� -' "I 33osio-i UTILITY TRENCH EXCAVATIO7+1, EMBEDIV{ENT, A11D I3ACKPILL Page I of2] I 2 SECTION 33 OS IO UTILITY TRENCI� EXCAVATIQN, �MBEDMENT AND BACKFILL 3 PART1- GENERAL 4 L 1 5i7MMARY 5 6 7 S 9 10 11 12 I3 14 l5 16 17 I8 19 za 21 22 23 24 25 26 2'1 28 29 30 31 32 33 34 35 36 37 38 A. Section Includes: 1. Exca�atian, Embedment and Backfill For: a. Pressur� Applications 1) Water Distribution or Transmission Main 2) Wastewatei• Force Main 3) Reclaimed Water Main b. Gravity Applicatians 1) Wastewater Gravity Mains 2) Starrri Sewar Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation o�all material encountered, including t•ock and unsuitablemate�ials b. Disposal of excess unsuitable materiai c. Site specif`ic trench safety d. Pumping and dewatez iz�g e. Embedznent f. Concrete encase�nent for utility lines g. Backfill h. Compaction B. Deviatiorzs from this City of �ort Worth Standard Spec�f'ication I. Nane. C. Related Specification 5eciions include, but are not necessarify limi�ed ta: I. Divis �on 0— Bidding Requu�ements, Contract Foz•ms, and Cnnditioi�s of the Contract 2. Divis Eon 1— Genet al Requirements 3. 5ection 42 41 13 — Selective Site Demalition 4. Section 42 41 15 — Paving Removal 5. Section 02 41 14— Utility Remova]/Abandanraent 6. Section Q3 30 00 — Cast-in-place Concrete 7. Section 03 3413 — Controlled Low Strength Material (CLSN� 8. 5ection 31 10 00— Srte Clearulg 4. Section 3125 00— Erosioi� and 5edimen# Control I0. Section 33 OS 26— Utility Markars/Loca#ars 11. Section 34 71 13 — Traffic Control 34 1.3. PRICE AND PAYiVIII�IT PROCEDiIRT�.S 44 A. Meas�.u-ement and Payment CITY OP FORT WORTH W CSTC[iEEK CHr1NNEL MAINT�I�ANCG STANDARll CONS`T'RUCTION 5P�C3�'ICATION DOCUIwIENTS CITY PROJECT NO, ]03Q60 Revised April 2, 2021 330510-2 UTII,IT Y TAC�ICH E3�CAVATION, EivIB�DMEtYT, AND 13ACKPiLL Page 2 of 2 i 1 1. Trer�ch Excavation, Embedment and Backf�ll associated �vith the instalIation of an 2 uz�derground utility or excavation 3 a. Measurement 4 1) TF►is Item is considered subsidiary to the installation of the utility pipe line s as designated in the Drawings. 6 b. Payment 7 1) The w ark performed and the mai.erials furnished in accordance w�th this 8 �te�n are considered subsidiary fo the i�stallation oithe utility pipe for the 9 type nf embedinent and backiill as indicated on the plans. No athej' 10 compensation will be allowed. 11 2. Imported Embedinent or Backfill 12 a. MeasU�•ement 13 1) Measured by tk�e cubic yard as delivered to the site and recorded by truck 14 ticket prnvided to the City 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �42 43 44 4S 46 47 �48 �9 b. Payment 1) Imported fiil shali only be paid when using materials for embedment and backfill other than those identified in khe Drawings. T11e vvark performed and materials furnished in accordan.ce with pre-bid itein and measured as provided under "Measurement" will be paid for at the ur�it price bid per cubic yard of "Irnpor�ed Embedtrient/Backfill" delivered to the Site far: a} Variaus erribedm�nt/backfill maiei•ials c. Tlze price bid shall inehide: 1) Fuinishing bacEcfill ar embedment as specif'ied by this Specificatian 2) Hau�ii�g to the site 3) Placement and compaction of backfill or embedzx�ent 3, Concrete Eneasement for tJtility i,ines a. Measur�ment 1) Measu�•ed by the cubie yarci per plan quantity. b. Payment 1) The work performed and materials furnished in accordanc�e with th�s Itenn and measured as provzded under "Measurement" will b� pa�d for atthe unit price bid pez' cu�ic yard of "Concrete Encasementfor Utility Lines" per plan qualltity. c. The pric� bid shal{ inclnde: l) Furnishing, haulirig, pIacing and finishing concrete in accardance with 5ection Q3 30 00 2} Clean-up 4. Gz•ound Water Conirol a. Measurement 1} Measurement shall be lump sum when a groui�d water control plan is specif'ically required by the Contract Documents. b. Payment 1} Payment shall be pei� the luznp sum price bid for "Ground Water Contxol'° inc luding; a) Subz�nittals b) Additiona[ "�`esting c) Ground water conirol system installation �I) Ground �ater cont�-o1 system aperations and maintenance e) Disposal ofwater CI'1'Y OF' FOR7' WQTiT13 VvESTCREEKCHAI�TNELMA'1NTENANCB STt�IDARll COIVSTAUCTION SPECI�'[CA"fION I]OCUMENTS CTTX PR0I�CTNO. ]03060 Revised April 2, 2621 3305 t0-3 U'flLl'tYTR$IVCI-1 �XCAVATI�N, SMBEDNTENT, AND 6:4CKI'TLL Page 3 af 21 � 2 3 4 5 G 7 8 9 10 11 12 � ReI71OV31 O�gipLirid W��et' COIItiI'D� SySt�Tll 5. Trench Safety a. Measuremant 1) Measured per lir►ear foot of excavation for ail trenches that requi�e trencia sa%ty in accordance with OSHAexcavation s�'ety standa�'ds (29 CFR Part 1926 Subpart P 5afety and Health regulations for Construction) b. Paym�nt 1) The work performed and inateriais furnished in acc�rdance with this Item and measured as pro�ided und�r "Measut•ement" w ill be paid for at the unit price bid per linear foot of exoavatian tn comply with OSHA e�cavatian safety standards (29 CF`R Part 1926.650 Subpart P), including, E�ut not litnited to, a]1 submittals, labor and eguipment. r3 i.3 u��rC�s 14 15 16 17 18 19 20 A. Definitions 1. Ge�.era�l — Dafni�ions used in this section a.re in accardance witfi Terminoiogres ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherw is� noted. 2. Detinitians for trench width, backfil[, embedment, initial backfi3l, pipe zone, haunching bedding, springline, pipe zon� and foundation are defined as shown in the following schematic: � L+.- fJ �I �TI� �i � � � � a 0 L.,I Ci] i.� 'f: `�i; �. ���r =oih ,; _,;.-�,.,.,: . ,.�.%�`�! �' �I},11+� U� hkLA� `j;;� [.�'i +�151i_�} ?t��'I �l_; �_� � . � � , `1r�� �'Ei ! ���`� �, � �� --��.�.; ;��•�r;, .�;; .,.;.. J l� •. \. / ', j�. I �11 i!/�L , , „%i r.�, �ae,KFiE �. ; :; �: ; �,�. ;•�.��: SPR�13CIJ�`�- ', ;: �!l �fAUNCHIi�G '�f, f3�[]�IN{� -- � �., ,_ __ ,..,_..,..,- I�....,. _ � � i/ : .;:,� ; ,� ' .. . lL �i' U � f13 ....._.._ f _' � �����- � , ;,.,� . ����:�. ;�,,. f�� � � k�, - f.. � ;,� �,.� .�. � � � ��'; ri' � li. _�1=.� __ .I,_,._ . _ 0.. ; .. ., _ -_ � I. ....<.�. :. raurson��o� — -- �-. . .:� � .:.: � ��_ ' . ;�`, , �;'� . I : ��k:, �, �, � : . '',� - . � ' �.�. ��: . , . .. . . r " f: .. . ,, . . G.. . ����A��C� LxCA1+AILU fl�E'NCI-I k�l1�7111 21 CITY OF FQRT WQRTH STANDARD CONSTRlICTf01+! 5PECIFICAT[ON DOCUNfENTS Revised April 2, 2021 lW�STCREEK CIIANNEL MAIN'1"�NANC� GITY PRQI�CT NO. [ 03fl60 33 OS 10 - 4 UTILITY TRENCH 6XCAVATION, EMBEDMENi, AND BACKFILL Patge4of2J I 3. Deleterious materials —Harmful materials such as clay luinps, silis and organic 2 material 3 4. Excavated Trench Depth--Distance fi•om the surFace to the bottom ofthe 6edding 4 ar ihe trench foundation S S. Final Backfill Depth 6 a. Unpaved Areas — The deptih of the �nal backiill measured from the top of the 7 initiaf bacl�ill to the suz•face S b. Paved Areas — The depth of the final backfill meas ured fi•oi� the top of the 9 iniiial backfill to bottom of perman�nt or temporary pa�ement z•epair 10 B. Reference Standards ll 12 13 14 15 16 17 18 14 24 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 1. Reference standards cited in thls Specification refer to the eurrent refe��nce standard pubIished at the tune of the latest revision date logged at the end of this Specificatic�n, unless a date is specificalIy cited. 2. ASTM 5tandards: a, ASTM C33-08 Standaa�d 5pecif'icatians for Concrete Aggregates b. ASTM C&8-OS Saundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM CI36-01 Test Method for 5ieve Ana[ysis of Fine and Coaa•se Agg�•egate d. ASTM D�48-08 Stauda�•d Ctassification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standatd Test Metttod fa�• Resistance to D�gradafiion af Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture-Density Relatians of Soil- Cement M�iure g. ASTM D698-07 Test Method for Laboratary �ompactiot� Characteristzcs of Soil Using Starid Efforts (12,400 ft lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methads far Density and Unit Weight o� Soils in Flace by Sand Cone Method. i. ASTM 2457-10 Standard Classif'ication of Soils far Engineering Purposes (LTnified Soil Class�cation Syst�m) j. ASTM 2321-04 Undergraund InstalIation of Thermoplastic Pipe for Sewers and Other Gravity-FIow Apprtications k. ASTM D2922 — Standa� d Test Methods for Density af Soils and Soil Aggregate in Place by Nuclear Methods (Shailow Depth) 1, ASTM 3417 - Standard Test Method for Water Cantent of Sail and Rock in place by Nuclear Methods (Shallovv Depth} tn. ASTM D4254 - Standard Test Method for Minimum Index Density ar�d Unit Weight of Soils and Calculations of Relative Density 39 3. 05HA 40 a. Occupatianal 5afety and Health Admixiistratian CFR 29, Part 1926-Safety 41 Regulatrons for Constructinn, Subpart P- E�cavations 42 I.4 ADMIIVISTRATIVE REQiIIRII1�IIVTS 43 A. Coat-dination 44 1. Utility Company Natification 45 a Notify area uti�ity companies at least 48 hours in advance, e�ccluding weekends 46 aa�d h�lidays, before starting �xcavation. CITY �F FORT WQRTII WESTCR��IC CIiANNELMAINTENA�TCE STANDAR€} CflNSTRUCl'30N SPECIFICATION �OCUMCNTS CPI'Y PR(1J�CT N0. 1030G0 Revised April 2, 2D21 33 05 10 - S UTILI"C'Y TTtENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 0£ 21 I 2 3 b. Request the lacatinn of buried lines and cables in the vicinit� of the proposed w ork. S. 5equencing 4 1. Seq�aence work for eachsection of the pipe installed to compleie the �mbednnent 5 and backfill placement on the day the pipe foundation is coznplete. 6 2. Sequence wark such that proctors are camplete in accordance with ASTM D69S 7 priar ta commencement of construction activifiies. S 1.� SUBNIITTALS 9 A. 5ubmitta[s shall be u� aceordance with Section O1 33 00. 10 B. All submittals shall be approved by the Ciiy prior to cpnstruction. 11 1.6 ACTION SUSNIITTALSIINFO1tMATIONAL SUBNIITTALS 12 13 14 15 16 17 18 I9 20 21 A_ Sk�op Drawrngs 1. 1'rovide detailed drawings and explanation for grQund water and surface water control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health AdministraYion CFR 29, Part 1926-Sat'ety Regulations for Construction, �ubpart P- Excavations 3. Stoekp�led excavation and/or bac[�irll rnaterial a. Provide a description af tk�e stoz'age af the excavated material only i�' the Contract Documents dQ not aliow storage of materials in the right-of-way of the easement. 22 1.'� CLOSEOiJT 5i7BNIITTALS [NOT USID] 23 1.8 MAINT�NANCE MATT:RIAL SUBMITTALS [NOT USED] 2� 1.9 QUALiTY ASSIJR�NCE [NOT IISID� 25 1.10 DEI,TVERY, STORAGE, AND IIANDLING 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 A. Starage 1. Within Exr,sting Rigi�ts-of Way (ROW) a. Spoil, imporied embedment and backfill materiats may be stared within existing ROW, easements or temporary const�uction easements, unless specificalIy disallowed iri the Cantract Docurnents. b. Do not b[flck drainage ways, inlets ar driv��aays. c. Provide erosian control it� accordance with Section 3125 D0. d. Stoj•e materials only in areas barricaded as provided in the traffic control plans. e. In nnn-pa�ed areas, da not store matet•ial on the root zone of any trees ar u1 landscaped areas. 2. Designated Storage Areas a. If tl�e Contract Dacuments do not allow t1�e storage of spails, ernbedtnent or backfil6 materials within the R�W, easement ot temporary construction easement, then secure and t�aaintain an adequate storage locaiion. b. Provide an affidaviti that rights have been s�cured to stnre the materia]s on private property. c. Provide erosion control in accordance with Section 31 25 00. CITY OF EORT �fORTH WBS"i'C�EIC CI-lAivNEL MATNT�IVANCE STANDILAE7 CONS'fRllC"['TdN SPECIFECATTOIY Df3CUN[ENTS CITY PR07ECTNQ. E03060 Revised April 2, 2021 33051D-6 UTILITYTRENCfi EXCAVATION, EMBEDMENT, AND BACKFILL Pag;e 6 of 21 1 2 3 4 5 6 7 8 9 ro 11 12 d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to 6e stored in the work zane, B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 1.11 FIELD [SITEJ COI�D�TIONS A. Existing Coilditioils Any data which has been or may be pravided on subsuriace c�nditions is not irjtended as a representation or warranty of accuracy or continuity between soils. It is express ly undersfood that neither the City nor the Eng�neer will be responsible f�r interpretations or conclL�sions drawn there fi�m by the Conta'actor. 2. Data is made available for the canvenience of the Contractor. 112 WARRAN'x'Y [NOT USID] 13 PART 2 - �RODUCTS 14 2.1. OWNF.72-FURNIS� +ITD �o�] OWNF.R-SUPPLIID PRODUCTS 15 2.2 MA.TERIALS 16 17 18 19 Za 21 zz 23 24 2; A. Materials 1. Utility Sa.nd a. Gr�nuIar and free flowing b. Generally meets or exceeds the limits on deleterious substataces per Table I for fin� aggregate according ta ASTM C 33 c. Reasonabty free of organic inaterial d. Gradation: sand jnaterial consisting of durable particIes, free of thin or elongated pieces, l�.imps o�clay, loam or vegetable matter and meets the following gradation may be used for utiIity sand embedment/backfill Sieve Size Percent Retainec� ,/z» � '/n" 0-5 #4 0-10 # 16 0-20 �sa Za-�o ��ao b0-9Q #200 90-100 z6 27 28 29 30 31 32 33 34 e. The Gity has apre-approved Gst of sand sources forutility embednaenf. The �r�-approved list can be found on the City website, Project Resources page. The uiility sand sources in the pre-approved list ha�e demon�trated con�nued quality and uni�ormity on Ciry of Fort Worth prajects. Sand fi'on�these sources are pre-approved for use on City projects withaut project specific testing. 2. Crushed Rock a. Durable crusl�ed rock ar recycled concrete b. Meets the gz�atiation of ASTM D44$ size numbers 56, 57 or 67 Cl'1'Y pN' N'(�RC WC7RTfi WBSTCR�CK CHANNEL MAIIVT�NANCE STt1NDAI2D CQNSTRUCI'I4�I SPI'CIFICATION D(3Cl1MENTS CI'I'Y PROdrCTiYO, Id3060 Revised April 2, 2021 33 a5 l0 - 7 UTlI.ITY TAENCH EXCAVATIdN, �MBEDMENT, AhFD BACKFTLL Page 7 of 21 c. May be unwashed d. �'ree frorr► significant silt clay or unsuita6le materials e. Percentage af wear not more than 40 percent per A�TM C131 or C535 i. Not more than a 12 percent m�imum loss �vhen subjective to 5 cycles of sodium sulfate soundness per ASTM C88 9 10 11 12 13 14 1S 16 17 18 19 20 3. Fir�e Grushed Rack a. Durable crushed rock b. Meets the gradation of ASTM D44$ size numbers 8 or &9 c. May be unwashed d. Freefrorn significantsili clay or unsuitable materials. e. Hav� a percentage af wear not mare than 40 percentper ASTM C131 or C535 f. Not more than a 12 percent maxunum loss when subjective to 5 cycles of sodium suliate soundness per ASTM C88 4. BalIast Stone a. 5tone ranging from 3 inches to 6 inches in greatest dimension. h. May be unwashed c. F�•ee f�•om significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a I2 percent maximum loss when subjected to 5 cycles af sodium sulfate soundnes� per ASTM C8$ 21 5. Acceptahle Back�'i1.1 Mat�rial 22 a. in-situ ar imported soils classified as CL, CH, SC nr GC in accordance with 23 ASTM D2487 . 24 b. Free from deleterious materials, boulders over 6 inches in size and arganics 25 c. Can be placed free from voids 26 d. Must have 20 pereent passingthe number 200 sieve 27 28 29 30 31 32 33 34 35 6. Blended Backfill Material a. In-siiu sails classified as 5P, SM, GP �r GM in accordance with ASTM D24&7 b. Blended with in-situ or imported acceptable back%11 material to meet the requirernents of ai1 Acceptable [3ackfilI Matet�ial c. Ft•ee frorn deleteriaus materials, boulders over 6 inches in size and nrganics d. Must have 2� percent passingthe number 200 sieve 7. Unacceptable Backfill Materiai a. In-situ soils elassif"ied as ML., MH, PT, OL or OH in accordanee with ASTM D2487 36 $. Select FiU. 37 a. Classified as SC or CL in aceordance with ASTM D2487 38 b. T,iquid limit less than 35 39 c. PIasticity index between $ and 20 �0 9. Cement Stabilized Sand (CSS) 41 a, Sand 42 1) Shall be clean, durable sand meeting gradir�g re�uirements far fine 43 aggregates of A�TM C33 and the following rEc�uu�ements: 44 a) Classified as SW, 5P, az• SMby th� United Soi] Classif'icatian System 45 of ASTM D2A�87 46 b) Deleterious materiais 47 (1) C[ay lumps, ASTM C142, less than 4.5 percent 48 (2) Lightweight pieces, ASTM C123, less tl�an S.D percent CITY O� PpRT WflRTH WESTCRrEK CHANNEL Mt�I�[TT?NANCE STANI7AIt� COIVSTRUCTION SPECIFICAI'fON DOCUMI:NTS CTTY PROJ�CTN4, 1030bQ Revised April 2, 2D21 33OS l0 -$ UT[L1TY TREIVCH EXCAVAi'IOtJ, EMBEDA+IENT, AND BACKPILL Page S ai 21 2 3 4 9 10 lI 12 13 14 l5 16 17 18 19 za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 {3) Organic impuj•ities, ASTM C�O, color no darker than standard c olor {4) Plasticity index of 4 ar less when tested in acco�•dance with ASTM D4318. b. Minimutn of 4 percen# cement content ot'Type I/II portland eement c. Water 1) Potable water, f�•ee of soils, acids, alkalis, organic matter or other deleterious substances, meeting requireinents of ASTM C94 d. Mix in a stationary �ug mil1, weigh-bateh or continunus mixing plant. e. Strength 1) 50 to 150 psi compressive strengfh at 2 days in aecordance with ASTM D1633, Methad A 2} 2Q0 fio 250 psi c�mpxessi�ve st1•ength at 28 days in accordance with ASTM D1633, Method A 3} The maximuzn compressive strengthin 7 days shall be 400 psi. I�ackfi[1 that exceeds ihe m�imum campressive strength shall be removed by the Gontractar for no additional compensaiion. f Random samples of delivered product will be talcen in the field at point of delivery for each day of placement in the wQrk area, Specimens will be prepared in aecordance with A�TM D1632. 1 Q. Controlled Law Strength Material {CLS1V� a. Confortn tn Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or QH in accordance with ASTM D2487 1) Needle punch, nnnwoven geotextile corriposed of polypropyl�ne iibers 2) Fibers shall retain �heir relative pasition 3) Inert to binlogical degradation 4) Resist natu�•ally occurring chemrcals 5) W Resistant 6) Mu•a� 140N by Tenc�ta, or approved equa[ b. Sails Classif'ied as ML or OH in accordance with ASTM D2487 I) High-tenacity rnonof�lament pnIypropylene woven yarn 2) Percent open a�ea of $ perce��t to1Q percent 3) Fibei•s shall retain thei�• relative position 4) Inert to biological deg,7�adation 5) Resist naturally accurring chemicals b) UV Resistant 7} Mirafi FW402 by Tencate, ar approved equal 12. Concrete Encasement a. Conform to Seciiox� 03 30 00. C1TY pF PORT WORTH STANI]AIZD CONSTRUCTION SPECIFICATTOi�f QOCUNiENTS Revised April 2, 202E WESTCRE�K CHANNEL Mt�.1NTElYANCE CiTY PRdJECT NO. 10306D 33 U5 10 - 9 UTII�CI'YTRENCH EXCAVATION, EMBEDMENT, ANIJ BACKFILL Page 9 of 21 I 2.3 ACC�SSORT�S [NOT USID] 2 �.4 SOURCE QUALYTY CONTROL [NOT USED] 3 PART 3 - EXT.CUZ'ION 4 3.1 �NSTALLERS [NOT USIDj S 3.2 F.XANIINATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Verif'ication of Canditions 1. Review all known, identified or mat•ked utilities, wlaether public or private, prior to excavation, 2. Locate and protect all kno�vn, identif"ied and marked utilities or undergraund iacilities as excavation progresses. 3. Natify all utility owners within the praject Iirr�its 48 hours prior to beginning excavation. 4. The information and data shown in i�e Drawings with respect ta utiiities �s approximate and based on recnrd 'm%rmatian or on pl�ysicaE appurtenances observed with[n the project limits. S. Coordinate with the Owner(s) ofundergrnund facilities. 6. Immediately notify any utifity owner of darnages to undergroundfaciliii�s resulting fronl construction activities. 7. Repair any damages resuiting from the construction activities. B. Notify the City imrnediat�ly of any changed condition ihat iinpacts excavation and u�stallation o�thepraposedutility. 22 3.3 PREPARATION 23 �4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �4 �i A. Pratection of ln-P]ace Conditions 1. Pavernent a. Conduct activities in sucli a way that does not damage existing pavement that rs designated to rema.in. 1) Where desired to move equipm�nt not licensed for operation on public roads or across pav�ment, provide means to protect tile pavement from all damage. 6. Repair or replace any pavement darnaged due t� the negligence of the cantractoi• outside the 1'units designated for pavement eemoval at no additional cast to tY►e City. 2. Drainage a. Maintain pasitive drau-�age during construction and re�establish drainage for alf swales and culverts aifected by construction. 3. Trees a. When c�perating outside of existing RO�V, stake permanent and tezriporary construc�ion ease�ents. b. Restrict a11 construction activities to the designated easements and RQW. c. Flag a.i1d protect alI trees designated to remain in accorciance with Section 31 IO OQ. C1TY QP FORT WQR"I'H WESTCREEK CH.ANNEL MA.lNTENANCE STANDAI2D CONSTRUC['ION SPECIEICATION ]JOCUMEIVTS C1TY PRD.IECT1�0. 1p3060 IZevised Apri1 2, 2021 3�os�o.ia UTILI'CY TRENCI-I CX�AVATION, EIvIBEDMENT, AND BACKFILL Page l0 nf21 d. Cc�nduct e�cavaiion, embedrnent and backftll in a manner such that there i� no damage to the tree c anopy. e. Prune or trim tree limbs as speci�'ically a[lowed by the Drawings or as specifically allowed by the City. 1} Pr�ning �r trimming may only be accom�lished vvith equipments speciftcally d�signed for tree pruning or trimzning, f. Remove trees specifca[ly designated to be removed in the Drawings in accardance with Section 31 10 OQ. 9 4. Above ground Structures 10 a, Protect all above ground structures adjacent to the construction. l I b. Remove above ground struciures designated for remaval in the Drawings in 12 acca�'dance with Section 02 4i 13 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 5. Traifc a. Maintain existing traf�c, except as modified by thetraffic cant��l plar�, and in accardance with Sectian 34 71 13. b. Do not block access to driveway�s or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been pravided to the property owne�• oe resident 3) Tt is specifically allowed in the t�•af�c control plan c. Use traffic rated plates to maultain access until access is restored. 6. Traffic Signal— Poles, Mast Arins, Pull boxes, Detector [aaps a, Notify ihe City's Transportatian Mar�agement Divistan a minirnurri of 48 hours pa•ior to any excavation that could impact the operations of ari ex�sting traffc signal. b. Protect alI traffic signal poles, z�ast arins, pull boxes, iraffie cabinets, crnlduit and detector loaps. c. Immediately notify the City's Transportation Management Division if any damage occurs to arzy component of the traffic signal due to the contractnrs activities. d. Repair any damage to the t��affic signaI poles, mast arms, pu1] boxes, traffic cabinets, conduit and detector loops as aresuit ofthe cons�uction aetivities. 7. Fences 33 a. Protect all fences designated io eemaul. 34 b. Lea�e fence in the equal ar better condition as prior to construction. 35 3.4 INSTALLATION 36 A. Exca�ation 37 I. Excavate to a depth indicated on the Drawings. 38 2. Trench excavatians are de�ned as Ltnclassifi�d. No additional payment shaIl be 39 gi°an�ed for rock o�� other in-siiu materials encountered in the trenc�. 40 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawn�gs 41 and bracing in a�cordance with the Excavation Safaty Plan. 42 4. The bottom of the excavation shall be firt�n and f�•ee from standing water. 43 a. Notify the Ciiy immediaiely if the wa�er and/or the in-situ soils do not pro�+ide 44 for a f�rm trencla bottorn. 45 b. The City will determine if any changes a�•e required in the pipe faundaiion or 46 bedding. CI`I'Y OF' PORT WdRTH WESTCREEKCH�LNNEL MAINTENANCE STANDAI2D CON$T2UCTIdN SPECIFICATION �pCl]NI�NTS CITYPROJECTNO. [03060 Rcvised April 2, 2Q21 33 OS lU -1 I UTlLITY TR�NCI-! �KCAVATION, EMBEDMENT, EL1VI] 13ACKEiLL Page I ] of 21 5. [T�Iess otherwise permitted by the Drawings ar by the City, the limits of the excavation shall not advance beyond the pipe plaeement so that ihetrench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas w ith the specified bedding material as specif'ied for the speciiic pipe to be installed. b. No additional payment wi�l be made for aver excavation or additional bedding material. 9 7. UnacceptableBackfill Materiais 10 a. In-sitlt soils classified as unacceptable backfill matez'ial shall be separated fi-om 11 acceptable backfill materials. 12 b. If the unacceptable backfill material is to be blended in accnrdar�ce with thi� 13 Specification, then stoz•e material in � suitable locatian until the material is 14 blended. 15 c. Remove all unacceptable material from th� p�•oject site that is nat intended to be 16 blended or madified. 17 18 19 2Q 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 8. Rock—No additional campensation wilI be paid for t'ock e�cavation or other changed field conditions. B. Shoring, Sheeting and Brac ing l. Engage a Licensed Professional Enguzeer in the State af Texas to des ign a site specific excavation safety system in accordance with Federal and State requirements. 2. E�cavation protection systems shall be designec� according to the space limitations as indicated in theDrawings. 3. Furnis�a, put in place and maintain a trench safety system in accordance wiih the Excavatian Safeiy Plan and required by Federa�, State or local safety requiretne:nis. 4. [f soil or water conditions are encauntereci that are not addressed by the cun•ent Excavation 5afety Alan, engage aLicensed Prafessional�ngineer in the 5tate of Texas to modify the Excavation Safety plan and provide a revised su6mrttal to the City, 5, Do not allow soil, or water containing sail, to migrate tk�raugh th� Excavation Sa%ty �ystem in sufficient quantities to adverse[y afFect the suitability aithe Excavation Protection System. Movable bracing, shoring plates or tz•ench i�oxes used to support the sides af thetrench excavation shall not: a. Disturb the embedment loca�ed in the pipe zone or lower b. Alter th� pipe's line and grade after the Excavatian Protection 5ysiezn is remaved c. Compromise the compaction of the emhadment located belnw the spring line of the pipe and in the ha�nchir�g C. Water Cont�•ol 1. Surface Water a. Furnish ail ���aterials and equipment and perforrr► all incidental wQrk required to direct surface water away irom the excavation. 44 2. Ground �Vater 45 a. Furnish a[I materials and equipment to dewater gt•ound water by a tnethod 46 which preser�es the undisturbed state of the sub�rade sails. 47 b. Do not allow the pipe to be subt�aerged within 24 hours after placement. CITY OF FOR'I' W OTL'f H WESTCI��K CHANNEL MAI[�fTENANCE STA3YDARD CpNSTRUCTION SPEG1FICATIOIV I]OCUMENTS Cl'I'Y P20JECTI�IO, 103060 Revised April 2, 2021 33 os �a - iz UT ILI'CY T RENCH EXCAVA'f [ON, �NiIIEDMENT, AlYD BAC KF ILI, Page 12af21 1 c. Do not allow water ta flow over conci�te until i� has sufficiently e�red. 2 d. Engage a Licensed Engineer i�-i the State of Texas to prepare a Gro�nd Water 3 Control Plan if ar�y of the follnwing conditians are encauntered; 4 1) A Gt•ound Wat�r Control Plan is specif'ically required by the Contract 5 6 7 8 10 11 12 13 14 1S 16 1� l8 19 ao 2T 22 23 24 25 26 27 28 29 3fl 31 32 33 e. f. �• h. Dacuments 2) If in the sole judgment ofthe City, ground water is so severe that an �ngineered Ground Water Contral Plan is required to prot�cl the trench or the installation afthe pipe which may includ�: a) Ground water Eevels in th� irench are unable to be maintained below the tap of the bedding b} A�rtn trench bottom cannot be maintained due la grourtd water c} Ground w ater entering the excavation undermines the stability of the exc avation. d} Ground water entering the excavation is transporting unacceptable quantities of soils thraugh th�e Excavaiidn Safety �ystem. In the event that there is no bid item %r a Ground Water Control and the CYty requires an Engineered Ground Water Control P[an due to conditians discovered at the site, ihe contracior will be eligible ta submit a ehange order. Control af ��ound water shall be considered subsidiaty io the excavation when: 1) No Ground Water Control P�a.n is speci#ical�y idei�tif'i�d and required in the Contract ➢ocuments Ground Water Control Plan installation, nperation and rnaintenance 1) Furnish all materials and equipment necessaxy to implement, aperate and maintain the Ground Watcr Control Plan. 2) OncetIae excavatinn is complete, remove all graund water control equipn��nt not ealled to be incorporated into the woz•k, Water Disposal 1} Dispose af graund water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across pri�ate property withQut written permission. 3} Permission fram the City is requ�red prior to disposal into the Sanitary Sewer. 4} Disposal shall not violate any Federal, 5tate or local regulatians. 34 D. Embedment and Pipe Placement 3S 1. Water Lines less t�an, or equal to, 12 inches in diametez•: 3b a. The entire embedment zone shall be of �.iniforzn material. 37 b. Utility sand shall be generally usad for embedment. 38 c. If ground water is in sufficient quantity to cause sand to pump, then use 39 crushed rock as embedinent. 40 1} I£crushed rnck is not specificaliy identif�ied in the Cont�•act Dacuments, 41 fhen crushed rock shalI be paid by the pre-bid unit price. 4� d. Place evenly spread bedding material on a fn•m trench bottom. 43 e. Provide f�rm, uniform bedding. 44 f. Place pipe on the bedding in accordance with the alEgnment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface of the A6 proposed grade, unless specifically called for in the Drawings. 47 h. Place embedment, includang initia� backtill, to a minimum of 6 inches, but not 48 mare than I 2 inches, above the pipe. C1T'Y qF FORT WORTI�I WESTCTi�EK CEiAiYN�L MAl1VTENANCE ST ANDARD CONSTRilC7' iON 5 P�CIC' IC,hT [QN D�Ci1N[ENTS CITY PR01EC7" 1V0. 103060 Revised April 2, 2021 33 05 l0 -13 UTILITY TRENCH EXCAVATlO1rI, EMBEDMEIVT, ANTJ BACKF'ILL Page 13 of 21 1 i. iYhere gate valves are present, the initial backfill shall �xtend ta 6 inches above 2 the elevation of the vaIve nut. 3 j. Form a1S blocking against undisturbed trench wallto the dimensions in the 4 Drawings. S k. Compact embedment and initial backfill. 6 I. Place marker tape on top af the initial trench backiill in accordance with 7 Sectian 3� OS 26. 8 2. 9 10 ]1 12 13 14 15 16 i7 18 19 20 2I 22 23 2�4 25 Zb 27 28 29 30 3I 32 33 34 3S 36 37 38 39 40 Water Lines 16-inches tf�rough 24-inches in diameter; a. The entire emhedment zone shall be of unifo:rm material. b. Utility sand may be used for emhedment when the excavated trench depth is less than 15 feet deep. c. Crushed rack or fine crushed rack shall be used %r ernbedrr�ent for excavated trencf� deptk�s 15 feet, �r greater. d. Crushed rock shall be used for embedrnent for steelpipe. e. Provide trench geotextile fabric at any Iocation where crushed rock or fine crushed rock come into contact with utility sand f. Place e�enly spread bedding material an a�rm trench bottorr�. g. Provide firm, uniform bedding. 1} Additional bedding ma.y be requrred if ground water is present in the trench. 2} If additianal crushed rack is required nat specifically identified in the Contract Documents, then crushed rack shall be paid by the pre-bid unit h. i. J• k. 1. m. n. prace. Place pipe on the bedding according to the aGgnment shown an t�e Drawings. The pipe line shafl be �ithin: 1} f3 inches of the elevatian on the Drawings for 16-inch and 24-inch water lines P3ace and compact embedment materialto adequately support haunches in accordance with the pipe rzianufactur�r's recommendatians. Place remainirag embedment including initial backfill to a minimum of 6 inches, but not mare than 12 inches, above th� pipe. Where gate vaIves are present, the initial back�'ill sha�l extend to up to the valve nut. C�mpact the embedment a.nd initial bacl�fill to 9S percent Standard Proctor ASTM D 695. Density test performed by a cammercial test�ing firm approved by the City to verify that the campaction of embedznent meets requirements. Place trench geotextile fabric on tap of the initia! backfiil. �lace marker tap� an top of the trench geotextile fa6rie in accordance with Section 33 O5 26. 41 3. Water Lines 30-inches and greater in diatneter 42 a. The entire embedment zane shall be of uniform material. 43 b. Crushed roc� sk�aIl be used for embedment. �4 c. Provide trench geatextile fa�ric at any location where crushed rock ar fine 45 crushed rocic come into contact with utility sand. 46 d, Place e�enly spread 6edding rr�aterial on a firm trench botkom. 47 e. Pravide firm, uniform bedding. 48 1} Additional bedding may be required if ground water is preseni in the 49 trench. CITY OF FO1tT WOIYI'H WESTCREEK CHAIVNEL MA,INTENANCE STANDARD CONSTRUCTIDN SI'�ClFICATION DQCU3vIENTS CITY PR07ECT NO. 143060 Revised April 2, 2021 33 05 l0 - l4 UTII,ITY TRENCH EXCAVATIi}N, EMBEDtvIEN'f, ANll BACKFTLL Page ] 4 of 21 6 7 8 9 ia 11 12 13 1a 15 16 17 18 19 za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 �3 �t4 45 46 47 48 49 g• h. k. m. n. Q. 2) If additianal crushed rock is required which is not speci�ically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. Place pipe on the bedding according to the alignment shown on the Drawings. Tne pipe line shall be within: 1) f 1 incl� of the eleva�ion on th� Draw'vngs for 34-inch and larger water lines Place and campact embedment material to adequately suppart haunches in accordance with the pige manufacturer's recommendations. For steel pipe greater than 34 inches in diameter, the iriitial etnb�dment lift shall not exceed the spring line prior to compaction. Place remaining em�edment, including initial backfill, to a minimutn of 6 inches, but not mare than 12 inches, a�aove the pipe. Wbere gate valves are present, the initial backfill shall extend to up to the valve nut. Compact the embedm�nt and initial backfill to 95 percent St�ndard Proctor ASTM D 698. Density test rr►ay be perforrned by a commercia3 testing firtn approved by the Crty to verify thatthe compaction of embedment meets requirements. Place trench geatextile fabric on top of the initial backfill. Placemarker tape on top of the trench geotextile fabric in aecordance with Sectian 33 05 25. 4. �anitary Sewer Lines and Starm S�wer Lines (HI}PE) a. The entire embedment zone shall b� of uniform material. b. Crushed rock shall be used for emhedment. c. Place evenly spread bedding material on a firm tr�nch bottom. d, 5pread bedding so that lines and grades are maintained and that there are no sag;s in the sanitary sewer pipe line. e. Provide fzrm, unifarm bedding. 1} Additianal beddir�g may be required if ground water is present in the trench. 2) If additiona� crushed rock is required which is not specifica.11y identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit �� h. i. J• k. 3. m pr�c e. Plaee pipe on the bec�ding according ta the a]ignment shown in the Drawings. The pipe line shall be within ��,1 inches of the elevation, and be consisient with the grade shawn an the Drawings. Place and compact embedment materia� to adequately support haunches in accordance wiih the pipe manufacturer's recommendations. For sewar lines greater than 30 inches in diameter, the embedment li�'t sIaai� raot exceed the spring line prior to compaction. Place remaining eml�edment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. Cornpact tt�e ennbedment and initial backfill to 95 p�rcent Standard Proctor ASTM D 648. Density test may be performed by a commercialtesting firm approved by the City to verify t�at the compaction of embedment meets requiurements. Place trench geotextrle fabric on top of the iniiial backfill. Place marker tape on top of the trench geotextile fabric in accordance with Sectio�� 33 05 2b. CITY OFFORT WORTH STANDARD CONSTRUCPIDN SPECIFICATION DOCIJNiENTS Revised April 2, 2021 WESTCREEK CHANNEL MAINTE3VANCE CiTY PTtOlECT NQ. 103060 33asio -�s UTII.PI'Y TRENCH EACAVAT [ONi, EMBEDMENT, AND BACKFII,L Page l5 of 21 4 10 il 12 13 14 15 16 17 I8 I9 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 3b 37 38 39 40 4I 42 43 44 45 46 47 48 49 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be af uniform material. b. Crushed rock shall be used far embedment up to the spring line. c. The speeified backf'ill material may be used abovethe spring line. d. Place evenly spread bedding nnaterial on a�rm trench 6ottom. e. Spread bedding so that ]ines and grades are maintained and that there are na 5ags in the storm sewer pipe line. f. Provide ium, uniform bedding. 1) Additional bedding may be required if ground water i� present in the trench. 2) If adcLitional crushed rock is required which is not specifically identified in the Contract Documents, t11en crushecE rock shall be paid by the pre-bid unit price. g. Place pipe on. th.e beddiz�g according to the alignment of the llrawings. h. The pipe line shall be within �0.1 inches of the elevation, and be consistent with ihe grade, shown on the Drawings, i. Place embedment material up to the spring line. 1} Place embedment to er�sure that adequate support i� obtained in the haunch. j. Compact the embedment and initia.l backfill to 95 percent Standard Proctnr ASTM D 698. k. Density test may be perfarmed by a commercial testing firm appraved by the City ko veri�Fy tk�at the cornpacfion af embedment rneets requirernents. l. Place trench geotexti]e fa�ric on top Qf pipe and crushed rock. 6. Starm Sewer (PP - Polypropylene) a. The entire embedme�t zone shall be of uniform material. b. Crushed rock shall be used for embedment up to tap of pipe. c. P1ace 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 storm sewer pipe Iine. e. Provfde �rzn, uni�arm bedding. 1) Additional bedding may be required i� grou�d water is present in the trench. 2) Tf additional crushed rock is required which is not specifically identif'ied in the Contract Documenis, then crushed rock shall be paid by the pre-bid unit price. f. Piace pipe on the bedding according to the alignment shown in the Drawings. g. The pipe litae shall be within f0. I inches of the elevation, and be consistent with the grade shown or� the Drawings. Y�. Place and compact embedment materialto adequately support hauncY�es iza accordance with the pipe manuiacturer's recommendations. i. Compact the embedment a.r�d initial back%ll to 95 percent Standard 1'roctar ASTM D b98. j. Density test may be performed by City to verify that the compaction of ernbedment meets requiu�ements. k. Place trench geotextile fabric an top of ihe initial backfiil. 7. Storm S�wer Reinforced Concreie Box a. Crushed rock shall be used for bedcEing. b. The pipe zone and the initial backfill shall be: CITY OP FORT WORTH STANDA€i� COI�STRUCTION SPECIEICATION DOCUMENTS Re�ised Apd] 2, 2021 WESTCREEK CHANNEL MAINTENANCE CITY PROIECT �CO. 103fl60 33asio-�6 UT ILIT'Y "C It�NCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16of21 2 3 4 5 c. d. 1} Crushed rock, ar 2) Acceptable backfill material compacted to 45 percent Standard Proctor dens ity Place evenly spread eompacted bedding material on a i¢�m trench bottom. Spread bedding so tnat Iines and grades are maintained and that there are no sags in the storm sewer pipe line. Provide firm, uniform bedding. 1} Additional bedding may be required if graund water is present in the trench. 2} ifadditional crushed rock is requir�d which is not specificaIly identified in ihe Contract Documents, then crushed rock shall be paid by tt�e pre-bid unit price. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 3413. Plac e pipe on the hedding ac cording to the align�nent of the Draw ings. The pipe shaU be within �0.1 inches of the elevation, and be consistent with the grade, shown on the Drawin.gs. Compact the embedment initial backfill tn 95 perc �nt Standard Proctor ASTM D698. e. 10 11 12 13 I4 15 l6 17 18 L9 20 2I 22 23 2�4 25 26 f. g h 8. Water Services (Less than 2 Inches in Diameter} a. The entire embedrnent zone shall be of uniform material. b. Utility sand shall be generally used �or embedment. c, Place evenIy spread bedding ma#erial on a firm trench bottom. d. Pravide fir�n, unifarm bedd�g. e. 1'lace pipe nn the bedding according to the alignznent o�the PIans. f. Cornpact the initial hackfill to 95 percent Standard Procfor ASTM D698. 27 9_ Sanitary Sewer Services 28 a. The entire embedment zone shall be of uniform material. 29 b. Crushed rack sha1l be used far embedment. 30 c. Place evenly spread bedding material on a f�rm trench hottom. 31 d. Spread bedding so that lines and grades are maimtained and that there are no 32 sags inthe sanitary sewer pipe line. 33 e. Provide firrrt, uniform bedding. 34 1) Additional bedding may be required if ground water is pres�nt in the 35 trench. 36 2} If additionai crushed rock is required which is not specif'�ca11y identified in 37 tYie Cantract Dacuments, then crushed rock shatl be paid by the pre-bid unit 38 pri�e. 34 � Place pipc on the beddirig according to the aligrunent of the D:rawings. 40 g. Place ramaining embedment, including u�itial backfill, to a minitnum af 6 41 inches, but not more than 12 inches, above the pipe. 42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 43 i. Density test may he required to verify that the cornpaction meets the density 44 requirements. 45 46 47 48 E. Trench Backfill l. At a minimum, place backfill in such a manner that the required in-place dansity an.d moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench sebtlement or trench movement. CITY OF FORT WORTFI WESTCREEK CHANIVEL MAINTEI�TANCE 5TAN17ARI7 CONS7RUCTION SPECIF'TCATION DOCUMENT5 CITY PRO]ECT NO. 103060 Revised April 2, 2D21 33 os ia - i� UTILITY TRENCH EXCAV1�TiON, EMHEDMENT, AND BACKFQ.L Page ] 7 of 21 z 8 9 1p 11 12 13 I4 15 16 17 18 19 a. Meeiing the requirement herein does not relieve the responsibility tn dam.ages associated with the Work. 2. Backiili Materia! a. Final backfill (not under existing pavement or future pa�ement) I ) Ba.ckfill w ith: a) Acceptab[e backfijl material b) Blended backf�ll material, or c) Select back�ill material, CSS, �r CLSM when specif'ically required b. �'inal backf'ill depth 1 S�'eet ar greater {under existing or future pavement) 1} Backiill depth from 0 to15 feet deep a) Back�ill with: (1) Acceptabla backfill materiai (2) Blended backfrll material, or (3) Select bac�Cfill material, CSS, ar CLSM vvhen specifically required 2) Backfill depth from 15 feet and greater a} Back�Il with: (1) SelectFidl (2) CSS, ox (3) CT,SM when speci�cally requ�red 2p b) 21 c. Baekfill for service lines: 22 1) Backf�ill far water ar sewer serviee lines shall be the same as the 23 requirement of the main that the service is connected to. 24 3. Required Compaction an.d Density 25 a. �inal backfiIl (depths less tk�an 1 S feetlunder existing ar future pavement} 26 1) Compact acceptable backfill material, biended bac��ill material or select 27 backfill to a minimum of 95 percent Staridard Proctor per ASTM D698 at 28 moisture content within -2 ta +5 percent ofthe optimum mo�sture. 24 2) CSS or CLSM requires no campactian. 30 b. Final backfill {depths 15 feet and greaterlunder existing or future pavement} 31 1) Compact select backfill to a minimum of 9$ percent Standard Proctor per 32 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 33 moisture up to the fiit�al grade. 34 2) CSS or CLSM requires no cornpaction. 35 c. Final backfill (not under e�isti�g or future pavementj 3b 1) Compact accep�able backfiil material blended backfiIl material, or select 37 backfill to a minimum of 95 percent Siandard Prac#or per ASTM Ii 698 at 38 moisture cflntent withir� -2 to +5 percent ofthe optirnum moistua'e. 39 4D 41 42 �43 44 45 46 47 48 49 �t. Saturated Soils a If in-situ sails consistently demonstrate that they are greater than 5 percentover optimum moisture content, the soils are considered saturated. b. Floading the trench or water jetting is strictly prohibited. c. I�saturated soils are identified in the Drawings ar Geotechtaical Report inthe A�pendix, Contractor shallproceed with Work �olIowing all backf�.l procedures outlined in the D�•awings for areas of soil saturation greater than 5 percent. d. If saturated soils a�•e encountered during Work but not identified in Drawings or Geotechnical Report in the Appendi�c: 1) The Contractor shall: a) Immediately notify the Gity. C1TY 4F FpKT WORTH Si'ANDARD COI+ISTRUC'I'ION SPECIFICATION ]]OClll�FE1VTS Revised Apri! 2, 2021 WESTGREEK CHANNEL MAINT�NANCE C1TY PROJECT NO, 103064 33051D -IS UTILITY TRENCH EXCAVATIO�d, F..MSEDMEI�IT, AAfI7 BACKFII,L Page 1 S of 21 2 3 4 5 �} S�bmit a Cantract C1aim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified loc atior�. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill {2) �1. site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for campaction af a 12 particular so�l type and within the space and depth ]imitation experienced in the 13 trench. 14 b. Flooding the trench or �,vater setting is strictly prohibi�ed. 15 c. Place in laose li#�s not to exceed 12 iriches. 16 d. Compact to spec�ed densities. 17 e. Compaci anly on tap of �taitial baekfill, undisturbed trench or previoUsly 18 compacted �ackiill. 19 f. Remave any 1Qose matErials due to the movement of any trench box o�- shoring 20 or due to sloughing af the trench wall. 21 g. Install appropriate tracking balls for water a�d sanitary sewer trenches in 22 accardance with Sectian 33 OS 26. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �}1 �2 43 44 45 46 47 6. Ba.ck%tll Means and Meikaods Demonstratian a Notify the City in writing with sufficient time for the City to obtain samples and perform standard prnctnr test in accordance wi�h ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencirig o£backf'iil pIacement for the project ihe Cantractor shal� demonstrate means and methods to obtain the req�ired densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of ]afts for backfill which shallnot exceed 12 inches 2} Methnd of maisture cantrolfor excessively dry or wet backiill 3) PIacemeni and moving trench bax, if used �4) Compaction techniques in an open trench 5) Compaction techniques around structura e, Pravide a testing trench box to provide acc�ess to the recently backfitled material. f. The Cit� will pro�ide a quaiified testing iab full tirr�e during this period to randamfy test density and moisture continen�. 1) The testing lab will p�ovide results as available on the job site. '1. Varying Ground Conditions a. Notify the City of �arying ground conditions and the need for additional proctors. b. Requ�st ad�iitianal proctors when soil conditians char�ge. c. Thc� City may acquire additional proctors at its discretion. d. Signiiicant changes in soil conditions will require an additional Means and Methads demonstration. CITY OF FORT WORTH STANDARD CONSTRUC'1'ION SPECIFICATION D�CUMENTS Revised April 2, 2021 WES'I'CREEK CHAN�TEL MAINTENANC� CITY PROIECTNO. 103D5D 33 OS 10 -14 UTIL[TY TRENCH �XC AVAT IDN, EMSEDMENT, AND BACKFFLL Page 19 of 2l 3.5 RE�AIR (NOT USID] 2 3.G RE-INSTALLATION [NOT USID] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Inspections S 1. Proctars 6 a. The City will perform Froetors in accordance with ASTM D698. 7 b. Test results will genera.ily he available to within 4 calendar days and distributed 8 9 l0 11 12 13 14 15 16 17 18 19 2� 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 c. ci. e. to: 1) ContractQr 2) City Project Manager 3) City Inspector 4) Engineer Notify the City if ihe characteristic af the soil changes. City will perform new proctors for varying soils: 1) When indfcated in tl�e geatechnicalinvestigation in t�ae Appendix 2) If notified by the Contractor 3) At the convenience of the City Trenches wh�re di�'ferent sail types are present at differant depths, the practars shall be based on the mixture afthose soiLs. 2. Density Testing of Backfill a. Densi#y Tests shall be it� confarmance with ASTM D2922. b. Provide a testing �rench protection %r trench depths in excess of S feet. c. Place, move and remove testing trench protection as necessary ta facititate a!l test cnnducted by the commercial testing firm approved by the City. d. The commercialtesting lab will perfarm moistureldensity test for every 2Qa-ft or less of trench length, as measured along the Iength of the pipe. A mir�inrzum af one test shall he performed for e�ery 2 vertical feet of compacted backiill material, independent nfthe contractor's lift thickness for compaction. Test locatians shall be staggered within each lif� so tHat successive lifts are not tested in the same locatian. A random number generaior may be Used to determine test locatians. Moisture/density tests sha11 be performed at a depth not more than 2 feet above the tap of the pipe bedding and in 2-foot increments up to the fu�al grade. The proj�ct inspector or project manager may request testing at an increased frequency andlor at specific lacations. e. The contraetor can proceed wit� subsequent earthwork only aitej- test resu�ts fox previously completed wark compIy with requirements. Ifthe required compaction densi#y has nat been obtained, the backfill should be scarjiied and moistened or aerated, or removed to a depth required, arid be replaced with approved back�ll, and re-compacted to the specitied density at the contractor's expense. In no case wiIl excavation, pipe-laying, or other operatian be ailowed to proceEd until the specified compaction is attained. f. The testing lah will provide results to Contractor and the City's Tnspectar upon completion of the tesiing. g. A formal report will he pasted to the City's Accela {Developer Frojects) and BIM 360 (City Projects) sit� within 48 hours. h. Test reparts shall include: 1) Location of test by siation number CITY OF FORT WORTH STANDARD CON3TItLICT10N SPEC7FICATION DOCUMENTS Revised April 2, 2U21 WESTCREEK CHANNEL MAINTEIVANCE CTTY PR07ECT NO. ] 0306d 33 OS 10 - 2Q UTIi,ITY TRHiVCFi EXCAVATION, EMBEDMENT, AT�3 SACKFILL Paga 20 af Zl I 2 3 �4 5 6 7 8 9 10 11 12 2) Time and date of test 3} Dep#h oftesting 4) Field maisture 5) Dry density 6) Proctor i�ienti�er 7) PercentPractorDensity 3. Density ofEmbedment a, 5torm sewer boxes that are eml�edded with acceptable backfill ma#erial, blended backf'lli material, cement modified backfill material or select materia[ r�vill follow the same testing procedure as backfill. b. The City may test �ne crushed rock or crushed rock embedrr�ent in accordance with ASTM D2922 or ASTM 1556. I3 B. Nan-Conforming Work 14 1. All non conforming work shalI be remaved and replaced. 15 3.8 SYSTEIVZ ST,ARTUP [NOT USID] 16 3.9 ADJiT�T.[NG [N�T LTSID] 17 3.10 CLEA,,nTING [NOT USID] 18 311 CL05EOUT ACTiVIT1FS [NOT USED] 19 20 21 22 3.12 PROT�CTiON [NOT U�ID] 313 MAIN'I�NANCE [NOT USED] 3.I4 ATTACHII�NTS jNOT LTSID] IND 4F SEC'Z'ION �2evision Lng DATE NAME SUMMARY OF CHAN�E 1.2 — Added Ttem for Cancrete E�caserne�t for CTtility Lines Various 5ections — Revised Depths to Include 1 S' and greaker 12/20/2012 17. .Tohnson 3.3.A — Additional nores for pavement protection and positive drainage. 3.4.&.2 — Added requirements far backfill of service lines. 3.4.8.5 — Added language prohiUiting flooding of trench 1.2.A.3 — Clari�ed measurement and paymenE for concrete encesement as per plan b/18/2U13 D.7ohnson quantity 2,2.A — Added language for concrete encasemenk 11/D9116 Z, !-�rega 2.2.A. l.d Mociify �adation for sand materigl 2.2 A. 1. E. - Added reference to pre-approved list of sand soi�rces fnr e�nbedment; 33 A. 6. - Changedr�ferenca to Transportatian Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: usa of com�riercial testing firms approved 6y Gity and back�ll requireme�ts; and 3,7 A. 2. Provided clarification re: backfill testing rec�uirements. CPI'Y OF FQRT WORTH STAI�TDARA CONSTEZUCTJON SPECIFTCATIdN DOCUMEN'I'5 Revised Apri1 2, 2021 W�S'1"CTiEEK CHAM�TEL MAINTENANCE CITY PROJECT NO. 1p3�60 33 as Eo -ai UTII.ITY TREI�ICH EXCAVATION, EMBED�vIENT, t1ND BACKFILL Page 21 of 21 4/2/2021 M OwEn 3.4 D. 6. Addrequirefnents Storm Sewer (PP - Polypropylene) CiTY O�' PO1ZT WORTH WESTCR�EK CHANNELMAIIVTE[VANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROI�CTNO. 1030fi0 Revised Apri] 2, 2021 PAGE IS LEFT BLA.NK XNTENT�4NALLY 33494D- 1 STORM DKA1N HEADtVALLS, WInGWALLS AND SAPETY END TREATM6NTS Page 1 of 5 SECTION 33 49 40 STORM DRAIN HEADWALL�, WTNGWA�LS AND SAFETY END TREATMENTS PART1- GENERAL l.l ,SXTMMARY A. Section Includes: 1. Storm drain headwalls, wingwalls, and safety end treatments B. Deviations from this City of �`ort Worth Standard 5peci�cation 1. Nane. C. Related Sgeci�cation Sections include, but are not necessarily limited to: 1. Division 0— B idding Requirements, Contract Forms, and Conditions af the Contract 2. Division 1— General Requirernents 3. Sect�on 02 41 13 — Selective 5ite Demoiition 4. Section 03 30 OD — Cast-In-Place Concrete 5. Section 31 37 00 — Riprap 6. Section 33 QS 1 Q— Utility Trench Excavatian, Embedment and $ackfill 7. Section 33 41 10 — Reinforc�d Concrete Storm Sewer Pipe/Culverts D. 5tandard Details 1. Concrete Headwall - Refer to TXDOT Fort Warth Districi Details 2. Concreie Wingwall - Refer to TXDOT Fort Warth District Details 3. Safety End Treat�rz�enf - Refer to TXDOT Fort Wor�h District Details 1.2 PRICE AND PAYM�NT PR�CEDURES A. Measuremeni and Payment I . Concret� Headwall a. Measurement 1) Measurement for this Item shall be per ea�h "Headwall" satisfactarily completed as specified on the Drawings. b. Payriaent 1) The wark performed and materials furnished in accardance with this Iterr� wiil be paid for at the unit price bid per each "Headwall" installed for: a) VarioUs pipe sizes b) Various type� c} Various number of pipes c. The priee hid shall include: l) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing sttucture 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) �xcavatian 6) Hauling CITY O�' �'OC�T WORTH WESTCREEK CIiANNEL MAINTENANCE STANDARb CO?YSTRUCT[ON SPHCIFICATION DOCUMENTS CITY PAOJEC'I' 3+i0. 103D6Q Revised 3tdy 1, 2Dl 1 33494D-2 STORM DRAIN HEADWALLS, WINGW ALL.S AND SAFETY �NI7 TREATMENTS Page 2 of S 7} Disposal of excess material 8) Furnishing, placing and compacfzon of backfill 9) Concrete, as requi red by Drawings 10) Reinforcing Steel, i�'required by Dravwings 11} Corrugated tx�etal pipe, if required by Drawings 12) Reinfoz'ced concrete pip�, if required 6y Drawings 13) Clean-up Safety End Treatment a. Measurement 1) Measurement for this item shall be per each "SET" satisfactorily corr�pleted as specified on the Drawings. b. Paymeni 1) The work performed and materials furnished in accordance with this Item will be paid for at the urji# price bid per each "SET" insta�led for: a) Various types b) Various pipe sizes c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concre�e Headwall 2} Connectirag to the existing structure 3) Breaking back, removing and disposing of portions of the existing structuz'e 4) Replacing portions of the e�sting structure to make connectlans 5) Excavation 6) Hauling 7) Disposal of excess ma�eria�s S) Furnishing, placing and campaction nf backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 1 I) Corrugated tnetal pipe, ifrequired by Drawings 12) Reinforced cancrete pipe, if xequired by Drawings 13) Clean-up I.3 REFERENC�� A. Definitinns 1. Headwalls - all walls, including wings, at the ends of single-barreI and multiple- barrel pipe culvert structures 2. Wingwalls - all walls at the ends of single-barrel or mult�ple-barrej bax culvart structures B. Reference Standards 1. Reference standards cited in ihis Specification refer to the current reference standard published at t�e time af the Iatest revision date lag�ed at the end of this Specification, unless a date is specifically cited. 1.4 ADMXNISTRATPVE REQUIREMENTS [NOT USED] 1.5 SUBMTTTALS 1. Refer to Section 03 30 OD. CETY OF' �OR7' WOf2TH WESTCIZECK CHA�INBL MA[NTENANCE STANDARD CONSTRUCTIaN SPECIFICATION 17QCUMENT5 CITY PR07ECT NO. ]03D6fl Revised July 1, 201 l 33 49 40 - 3 STORl�f DRAIN HEADWALL3, WINGWALLS AND SAFETY BND TREATMENTS Page 3 of 5 1.6 ACTIDN SUSMITTAL�/INRORMATXON SUBMITTALS [NOT USED] 1.7 CLOSE�UT SUSNIITTALS [NOT USED] 1.8 MA.INTENANCE MATERX.AL SiTBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] �..10 DELNERY, STORAGE, AND HANDLING A, Delivery and Acceptance Requirements 1. Marking a. Before shipment from the casting or fabrication yard, clearly mark the falIowing on each precasi unit: 1) Date of manufacture 2) Name or trademark of the manufacturer 3) Type and size designation 2. Causes for Rejection a. Precast �nits may be rejecterl for not meeting any one of the 5pecification requirements. b. Individual tmits may also be rejected for fractures or cracks passing through the wall or s��rface defects indicating honeycambed or open texture surfaces. c. Remove rejected units from the project, and replace them with acceptable units meeting the reqUirements of this Section. B. Storage and Handling Requirements l. Secure and maintain a location to store the material in accordance with Section D1 bG 00. 2. Store preeast uniis on a level surface. 3. Do not place any Ioads on precast concrete units until design strength is reached. 4. Do not ship units untiI design sfrength requirements ha�e been met. 1.1I FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 � PRODUCTS 21 OWNER-FiTRNISHED �ox] OWNER-SUPPLIEDPRODUCTS [NOT U�ED] 2.2 EQUlPMENT, PRODUCT TYPES AND MA.TERIALS A. Materials Concrete a. Fur�ish concrete that conforms ta the provisions of Section Q3 30 00. 2. Reinforcing Steel a. Furnish teinforcing steel that conforms to the requirements of 5ection 03 30 00. B. Fabrication 1. �'abricate cast-in-place concrete units and precast units in accordance with Section 03 30 D0. CITY pF PORT WQRTH GV�STCREE� CHANNEI. MAINTENANCE STANDARD CONSTRUCTION SPECIF'ICATIOT! 170CUMENTS CITY PR07ECT NO. 103060 Revised 7uly 1, 2011 334940-4 STORM RItAIN H�AAWALLS, WINGWALLS AND SAFETY END TREA"CIVIENTS Pa$e A of 5 1) Sa%ty End Treatment wiI1 be precast for 30-inch and smaller diameiers and cast in place for greater ihan 30-inch diame#ers. 2. Fabricatioa Tolerances a. Lifting Holes I} For precast units, provide no mare ihan 4 lifting hol�s in each section. 2) Lifting holes may be cast, cut into fresh concrefe after form removal or drillad. 3) Provide lifting haies large enaugh for adequate lifting devices based on the size and weight of the section. a} The m�imum hole diameter is 3 inches at tne inside surface of th� vva11 and �4 inches at the outside surface. b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when lacating lift holes. 2.3 ACCESS4RIES �NOT USED] 2.4 SOURCE QiTALITY CONTRQL [NOT USED] PART 3 - EXECUTxUN 31 INSTALLERS [NOT USED� 3.2 EXA11'nNATION �NOT US�D] 3.3 PREPARATION A. Removal 1. Remove all or portions of e�sting structures in accordance wi�h Section 02 4I 13. 2. Drill, dowel and grout in accordance with Sectian 03 30 00. 3.4 INSTALLATION A. Interface �vith Other Work 1. Make cnnnections to new or existing structures in accorda�ce with the details shown on the Drawings. 2. Furnish jointing material in accozdance with Sectian 33 41 10, or as shawn an the Drawings. B. Excavatinn, Shaping, Bedding and Backfill a. �xca�'ate, shape, bed and bac�Cfill iq accordance with Sectzon 33 D5 10. b. Take special precautions in placing a�d compacting the backiill to avoid any movernent ar daznage Yo Ylae units. c. Bed precast wuts on foundations of firm and stable material accurately shaped to conform ta the bases af tt�e units. C. Placement of Precast Ilnits a. Provide adequate means to lift and pIace the precast units. 1) Utilize suf�cient number af lifting holes ta ensure that the units are nat da�naged during lifting. b. Fill lifting holes w'tth mortar or concrete and cure. I) Precast concrete or mortar plugs may be used. C1TY QF FORT WORTH WESTCREEK CHANNEL MAINTENANCE STAiYDARD CON5TAUCTION SFF.CIFICATION �OCUh�IEN`I'S CITY PROJECT NO. 103060 Revised 7uly l, 2011 33494D-5 STD12ivi DRAW HEADWALLS, WINCrWAI.I.S AND SAFETY END TREATMENTS Page 5 af 5 3.5 REPAIR A. Occasional imperfec�ions in manufacture or accidentai damage sustained during handling may be repaired. 1. The repaired units will be acceptable if ihey canform to the reguirements of this Section and the repairs are sound, properly finished and cured in canformance with pertinent Speciiications. B: Repair spalled areas aroand lifting holes. 3.6 R�-INSTALLATION [NOT USED] 3.7 F�I�LD [ou] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT U�ED] 3.9 AllJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PRaTECTTON [NOT USED] 3.13 MAINTENANCE jN�T USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION ReviSion Log DATE NAME CITY OF FORT WORTH 5TANDARD CONST`RUCTION SPBCIFICATTON DOCUMENTS Revised 7uly I, 2011 SUMMARY OF CHANGE W�STCR��iC CHAIYNEL MAI7VTENANCE CITY PROJECT NO. 103060 PAGE IS LEFT BLANK INTENTIONALLY 347113-1 TRAFFIC CONTROL Page 1 of 6 2 sEc�orr �a 7a� z� TRAFFIC CONTROL 3 PART 1- GE1�IF,RAi.. 4 1.1 SUMMA7:tY 5 � 7 8 A. SectionIncludes: 1. Installation of Traific Cantroi Devzces and preparation of Traffic Can#xol Plans B. De�iations irorn this City of Fort Worth Standard Sgecification I. None. 9 C. Related Specification Sectians include, but are not necessarily limited to: 10 1. Divis ion 0— Bidding Requ�rements, Contract Forms and Conditions of ihe Contract 11 2. Di�isfon 1— General Requirements 12 L2 PRICE AND PAYMII�T PROCEDiJRES 13 1� 15 16 17 18 19 za 21 22 23 2A 25 26 27 zs 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) 1Vleasurement far Traffic Control Devices shall be per month for the Project duratian. a} A moni� is de�ned as 3fl calendar days. b. Payment 1) The w ork performed and tnaterials furnished in acc ardance with this Item and measured as provided under "Measurement" shail be paid for at the unit price bid for "Traf�c Control". c. The price bid shall include: 1) Traffic Contral implementation 2) Installation 3) Mainienance 4} Adjustments 5) Replacemenis 6) Rernoval 7) Pofice assistance during peaic haurs 2. PnrtableMessageSigns a. Measurement l) Measurement fox tl�is Item shall be per w eek for ihe duration of us e. b. Payment 1) The work performeci and materials furnished in accordance to t.�is Item and measured as pro�ided under "Measurement" sha11 be paid far at th� unit price bid per week for "Portablc Message Sigza" rentaL c. The price bid shati include: 1) DeGvery afPartableMessage Signta Site 2) Message updating 3) Sign mo�ement tivoughout construction 4) Return nf the Portable Message Sign post-construction CITY DF FORT WORTH STANDAAD CONST1tiTCTI03�' SPEC�'ICAT30N DOCiIMENTS Revised March 22, 2021 W�STCREEK CHANNEL MAINTENAI�ICE CTTY PRD7ECT 1�F0. 1 Q3060 34 71 13 -2 TRAFF[C CONTROL Page 2 of b 1 2 3 4 5 6 7 S 9 lo 11 12 13 1�} 3. Preparation of Traffc Control Plan Details a. Measurement 1) Measurem�nt far this Item be per each Traffic Control Detail prepared. b. Payment 1} The work per%r�ed and materials furnished in accordance withthis Itetn shall be paid for at the unit price bid per eaeh "Traffic Control Detaii" prepared. c. The price bid shati include: 1} Preparing the Traffic Contral Plan Details for closures of 24 haurs or longer 2) Adherence to City and Texas Manual on Uniform Trafiic Confrol Devices (TMUTCD) 3) Ohtaining the signature and seal af a licensed Texas Professional Engineer 4) Incorporation of City comments : �:� �1►CN y.`! 16 17 I8 19 20 21 zz 23 A. Reference �tandards 1. Reference standards cited in this Specif'tcation refer to the current reference standard published at the time of the latest revision date logged at the end of this 5pecification, unless a date is specifical�y cited. 2. Texas Manual on Uniforzn. Traf�c Control Devic es (TNiU'I'CD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department af Transportatian, 5tandard Specifications for Constructian and Maintenance of Highways, Streets, and Bridges. 24 1.4 ADNIINISTRATIVE REQT]�R�'�Mk:NTS 2S 26 27 28 29 A General ]. Contractor shall minimize �an� ciasures atad iunpact #o vehicularlpedestrian traffic. B. Caardination 1. Contact Traffic Services Divisian (817-392-7738) a minimum of 48 hours prior to icnple�aenting Traffic Contral within 540 feet of atraffic signai. 30 C. Sequencing 31 I. Any deviations to the Traffic Contral Pla� included it� the Draw ings must be %rst 32 approved by the City and design Engineer before implem.entation. 33 1.5 SUBNIITTALS 3� A. Pravide the Gity with a current list af qualif"ied flaggers be%re �eginning f�agging 35 activities. Use only flaggers on the qualif'ied l�st. 36 B. Obtain a 5treet Use Permit fram the TPW Department's Transportation Divisian. The 37 Traf�c Contral Plan (TCP) for tha Praject shaA be as detailed on the Trafiic Cantro] 38 Plan ]�etail sheets ofthe Drawing set. Acopy of this Traffic ControlPIan shall be 39 submitted with the Street Use Permit. 40 C. Traffic ControlFlans shall b� sign�d and seal�d by a licensed Texas Professional �41 Engizzeer. CiTY OF FORT WORTH W`ESTCRCEK CHANNEL MAI�fTENAIVCE STANDARD Cfl7�STRiJCi'ION SPECIFICATION DOCUMENTS CITX PROJEGTNp. I030b0 Revised Ivlarch 22, 2D21 34 71 13 - 3 TRAFFIC COIVTROi. Page 3 of 6 1 2 3 4 5 6 7 8 9 10 D. Contractor shall prepare Traff c Control Plans if required by the Drav�rings ar 5pecifications. The Contractor �vill be respansible for having alicensed Te�as Professionai Engineer sign and sea! th.e Traffic Control Plan sheeis.Atraffic contral "Typical" published by City of Fort Worth, the Texas Manval Unified Trafiic Cantrol Devices (TMUTCD} ar Texas Department ofTransportation {TxDO'1� can be used as an alternati�e to preparing projectlsiie specific traffc controi plan if the typicaI is applicable ta the specific project/site. E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. F. Contractor respansible for having a licensed Texas Professional Engineer sign and sea! changes to the Traffic Co�tral Plan(s) developed by the Design Engine�r. 11 1.6 ACTION SUBNIITTALS/INFORMATIONAL SYTSNIITTALS [NOT USID] i2 1.'� CLOSEOUT S�TBMITTAL� [NOT U5ID] 13 1.$ MAINTINANCE MATERIAL SUBNIITTA.LS [NOT i75IDJ i� 1.9 QUALITY ASSURANCE [NOT USID� 15 �..1.0 DELIV%:RY, S1'ORAGE, AND HA.NDLII�TG [NDT USID] 16 17 �.11 FIELD [SITE] CONDITiONS [NOT USEI?] I.12 WARRANTY iNOT USEDj 18 PART 2 - PRODUCTS 19 za 21 22 23 24 25 26 27 28 29 3Q 21 OWNEIN FUItNISHID [ox] OWNER-�UPPLIED PRODUCT'S [NOT USII}j 2.2 ASSIlVIBLIF� AND MATER�ALS A. Descriptian l. RegUlatory Requirements a, Provide Traffic Control De�ices that confarm to details shown on the Drawings, the TMLJTCD, and T�OT's Compliant Work Zane Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Contral Devices rriust meet a.11 refle�tivity requirements included in ihe TMUTCD and TxDOT Spec if'ications — Item S42 at all times during c onstruction. b. Electronic znessage baards shall be provided in accordance withthe TMLJTCD. CITY OF FORT WORTH STANDARI] CQNSTRUCTEON 5PECIFICATION DOCUMENTS Revised Ma�h 22, 2d21 WESTCR�ETC CIIANNEL MAINTENANCE CI7'Y PIiOJHCT ND. 103060 34 71 E3 -4 TRAFFIC COAfTROL Page 4 of 6 1 2.3 ACCFSSORIES [NOT USID] 2 2.4 �OURCE Qi7ALITY CONTROL �NOT USID] 3 PART 3 - EXF.CiITION 4 3.1 EXAMINATION [NOT USED] 5 3.2, PREPARATTON 6 A. Protection of In-Place Canditians 7 1, Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 l0 lI A. Follow the Trafiic Control Plan {TCP} and install Traffic Gontrol Devices as shown on the Drawings and as direcied. B. Install Traffic CantralDevices straight and pIutnb. 12 C. Do not rnake changes to the location of any deviee or implement any other changes to I3 the Traffic Control Plan without the approval af the Engineer. 14 1. Minor adjustments ta meet field constructab�ity and visibility are a[lowed. 15 D. Maintain Traff�c Control Devices by taking correetzve action as soon as possible. lb 1. Carre�tive act�on incIudes b�.t is not limited to cleaning, r�placing, straightening, 17 covering, ar remo�ing Devices. 18 2. Maintain the Devices such that �they are properly positioned, spaced, and �egible, 19 and that retroreflective chatacteristics m.eet requirements during darkness and rain. 20 E. If the Inspector discave:rs that the Contractor has failed to comply with applicable federal 21 and state laws (by failing to furnish the necessary flagmen, warning devic�s, barricades, 22 lights, signs, or other precautionary measures for the protection of persons or property}, the 23 Inspector rnay order sucl� additional precautionary measvres be taken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector, partians of this Project, which are not affected by 26 or in conflict with the pmposed method of handling traffic or utility adjustments, can be 27 constructed during any phase. 28 29 30 31 32 33 G. Barricades and signs shall be placed in such a manner as to not interfe� with the sight distance of drivers ent�ring the highway fram driveways or side streets. H. Ta facilitate shifting, barricades and signs used in lane closures or traf�c stagirzg may be erected and mounted on partable supports. l, The support desigri is subject to the approval af tha Engineer. I. Lane ciasures shall be in accordanca with the approved Traffic Control Plans. 34 J. If at any time th.e existing traffic signals become inoperable as a resuit of constnzcfion 35 operations, tlae Contractor shall provide portable stop signs with 2 orange flags, as 36 approved by the Engineer, to be used far Traffic Control. CITY OF FOftT WORTH WESTCREEK CHt1NN�L1�fACl�TE�[ANCE STANDARI7 CONSTRiIGTION SPECIFiCATION DOCiTM�NTS CITY PR07ECTN0. Ia3060 Revised Niarch 22, 2021 3471 13-5 TltAFF]C CONTRQL Page 5 pf 6 1 Z 3 4 5 6 7 8 9 10 11 12 13 1� 15 16 1? 18 19 20 21 22 23 24 IC CantraetQr shall xx�.ake arrangements for police assistance ta direct traffic if traff c signal turn-ons, street light pole installation, or other e onstruction vvill be done during peak traffic times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). L. Flaggers 1. Prn�ide a Contractor representative who has been certified as a flagging instructor thro�gh cnurses off�red by the Texas Engineering Extension Service, ihe Atnerican Traffic Safety Services Associatian, t�e National 5afety Council, or other approved orgariizations. a. Pravide the certificate indicating course carnpletion when requested. b. This representative is responsible for training and assuring that all flaggers are qualified to perform flagging duties. 2. A qualifi�d flagger must be independently certified by 1 ot'the organizations listed ahove or trained by the Cantractor's cartified flagging instrucinr. 3. Flaggers must be covrteous and able to effecti�ely communicate with the public. 4. When directing tr�c, flaggers must use standard attire, flags, signs, and sig�aals and follow the flaggin� procedures set forth in the TMU'I'CD. 5. Provide and rnaintain flaggers at such poisfts atxd for such periods of time as may he required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. M. Removal 1. Upon completion of Work, rerr►ove from the Site aIl barricad�s, signs, cones, lights and other Traffie Control Devices used for work-zanetraffic handling as soan as practical in atimeIy manner, unless otherwise shown on the Drawings. 25 3.�t REPAIRIREST(IRATION [N�TUSID] 26 3.5 R��NSTALLATION [NOT IISID] 27 3.G FI�LD [ox] SITE QUALITY CONI'ROL [NOT iISIDJ 28 3.7 SYSTEM STAR'T[JP [NOT USIDj 29 3.8 ADJUSTIN� [NOT USID] 30 3.9 CLTAIVING [NOT USIDj 3I 3.1U CLOSEOUT ACTIVITIES �NOT USID] 32 3.11 PROTECTION [NOT USED] 33 3.12 11�I1�I'FNAI�CE [NOT U�ID] 34 3.13 ATTAC��11'IENTS [NOT USID] 35 IIVll OF SECTION 3b 37 CITY OF FOAT WORTH STANDAIiD CONSTRUCTFOIV SPEC�']CATIQN DOCUMENTS ltevised March 22, 2021 VJESTCREEK CHAN]VEL MA,I�I`CENANCE CITY PROIECT Nb. 103060 34 7l 13 -6 TRAPFIC GQNTROL Page 6 of 6 Revision Log DATE NAME 11/22/13 S. Arnold 3/22/2021 M Owen SUMMAIZY OF CHANGE Added police assislance, requirement for when a site specific TCP is reqiured 1,4 A. Added language to emphasize minimizing of lane clnsures and irnpact to traf�c. 1.5 Clarifiedsubmiktalrequirements 3.3 M. Clarified removal requirements CI'f'Y OF FqRT WORTH WESTCREEK CHA]�NEL MAINTENANCE STANDAAD CO3+FSTRUCPION SPECIC'ICATIQIY DpCITMENTS C[TY FR07ECTN[]. ]03060 Revised March 22, 2Q2i APPENDIX GC-4.01 Availability of Lands (Not Included) GC-4.02 Suhsu:r£ace and Physicai Conditions GC-4.04 Underground Fao�iities GC-4.Q6 Hazardous Environmental Condition ai Site (Not Included) GC-6.46.D Minority and Women Owned Business Enterprise Campiiance GC-6.07 Wage Rates GC-6.09 Permits and Utilities (Not included) GC-6.24 Nondiscrirr►ination {NONE) GR-Ol 64 00 Product Requirements CITY dF FORT W�RTH WESTCRE�iC CHANNEL MAINTHNANGE STAN�ARI] CONSTRUCTIDN SPECIF[CATIbN DOCUMEIV'I'S CiTY PTtOJECT NO. 103060 Revised 7uly 1, 2p1 l F:lprojects1D3181067-0119 Designl9-4 Project Manua[_SpecificatiansllUO%IAppendixlAppendix.doc ����a�� 1��'�14���DA�1� �f ���Q�S `��S �1�Q��+ ����' ������`����►.��� ����� CITY OF FOAT WQATFI WESTCREET� CHANNEL MAl1VTEIYANCE STANDARD CONSTRUCTTON SP�CIFICATION I]OCUMENTS CITY PliO]ECTNO. IQ3060 Revised July l, 2011 F:lprojects103181D67-0119 Designl9� Projeat Manual_3pecificatians1100°/alAppeRdixlApgendix.doc AFi'�R RECORDING, RETURN TO: �ity af Fart Worth, Texas 2Q0 Texas Street Fori Warth, Texas 7b102 Attention: Real Property Management l�iOTICE DF CONFIDEI�ITIALITY �IGHTS: IF 'YOU ARE A NATURAL PERSON, YOU �iAY REMOVE UR STRII�E A1VY OR ALL OF THE FULLOWIIiTG IlVFORNYATIOliT FROM AI'�Y Il�TSTRUIi�ENT THAT TRAIV�FER� A1�T Il�'TEREST Il� REAL PROPERTY BEFQRE IT IS FILED FOR RECORD Il� THE PUBLIC RECORDS: YaiTR SOCIAL SECURIT'Y 1VIIMBER OR YOUR DRTVEI�'S LICEIi1SE NU�BER. TEIV�PORARY CONSTRUCTXON EASEMEIi�T AGREEME�T STATE OF TEXAS COUNTY OF TARRANT , KNOW ALL I�iEN 8Y THESE P�SENTS: THAT TARRAI�T REGI4NAL WATER DTSTRIC�', A Water Control and Improvement DistKict, a body palitic and corporate under the laws of the State of Te�as, whose maili�ng address is S00 E. Northside Dri�e, Fart Wortia, Texas 76102 {herein called "Granto.r"), for and in consideration of the sum af TEN AND NO/100 DOLLARS ($ I0.00) and other good and valuable consideratian to Grantor in hand paid by the CITY �F FDRT WORTH, TEXAS, a rnunicipal carparation of Tarrant County, Texas, whose mailing address is 1000 Throckmorton, Fvrk Worth, Texas 76102, Attention: Real Property Management (herein called "Gzantee"), the receipt of whicn is her�by ackt�awledged, has BARGAINET�; GRANTED, AND CONVEYED, and lay these presents does BAI�GAIN, GRANT, AND CONVEY, unto the said Gz'antee a non-exelusi�e temporary constraction easement (t�e "Easement"} on, a�ver and across the lands that ar� described on Exhibits "A" and "C" attached hereto and ine�rporated herein for all purposes (the "Land"), said Easemenc being reflected on the plats attached herec4 as Exhibits "B" and "D" and incorporated herein for all purposes. The terms and covenants of this Ternporary Constrt�ction Easement Agreem�nt (the "A�reement") are as faliows; ]. Term of Easement. The term of the Easernent shall be for a period commencing on the effective date o� this Agreement and ending on the ear[ier of (i) Decernber �, 2Q24, or (ii) the date of Grar�tee's completion of the Praject (as deFned below). 2. Puroose of Easem�nt. The Land shall be used by Grantee only for the temporary c�nstruction associated with Gtantee's Westcreek Channel �aintenan.ce Project (the "PrajecY'), subject to the terms set forth in this Agreement. In connection therewith, Gra�:tee is authari2ed to use the portio� of the Land described on Exhibit "A" and depicted on Exhibit "B" for construction access for the Project only. Grantee my use th� portion of the Land described on Exhibit "C" and depicted on Exhibit "I3" for additional warl�space and for the temporary storage or staging of ec�uipment, dirt or excavation spoils, and/or refuse used in nr resul�it�g frnm the Project. Grantee shal] not place, construct, fnstall or rnaintain in, on, or undar the Laz�d �ny per�nanent building, structure, or other improvement. Following the execution af this Agreement, Graz�tor will mark the centerline of Grantor's Existing Pipeline (as deixned below}. Prior to using the L.and for any pur�ose, Grantee shall, at Grantee's sole cost and expense, install, and at all times maintain during the term af this Agreement, temporary safety fences on either side of Grantor's Existing �'ipeline, s�ach tempnrary fencing to 6e lacated fifteen fe�t (15') a� either sicie of and parallel to the centerline of such Existing Pipeline as n�arked by Gramtor. Grantee shall not perforz�rk any work ar stage any rnaterials within thirty feet (3�') wide fenced area. 3. Anvroval of Plans. The Lar�d shall be used pursuant to plat�s and specifications {the "Plans") to be submitted to Grantor. No use of or operations on the Land shall be commer�ced until the Plans therefar have been submitted fio and appraved in writing by Grantor, Grantor, by gi�ing such approval, shall not assume any responsibility or liabilit� with respect to such Plans. All const�uction activfties on and Grantee's use of the �,and must be in accordance with Che terms and specific�tions set forth in the approved th�: Plans and Grantor's approval Ietters. Grantor, by givi.ng such appro�al, sha[1 not assume any responsibility ar liability with resp�ct ta such Plans. 4. R,es�rvatia� of Min�rals. There is reserved Co Grantor, its successors and assigns, and not cflnveyed haretay, all of the oil, gas, sulphur and other minerals in, on or under the Land, but Grantor waives all rights of ingress and egress to the surface of the Land for the pt�rpase of explaring, developing, mining, or driiling therefor; it being specifically agreed that no operatian relating to such mineral reservation will be conducted on tile surface af the Land. The foregoing waiver o� surPace rights shall t�ot be construed to prohibit Grantor fram using the sur#aee of any lands other than the Land for activities related to the de�elopment or production of the oil, gas, sulphur and other minerals in and under the Land nar shall such waiver be construed to �revent Gra�nfior from developing or praducing Che oil, gas, sulphur and other minerals in at�d undet the Land by paaling or diirectional drilling under the Land from w�ll sites lacated on lands other than the Lan.d. Notwithstanding the foregoing reservation, Grantee shall have the right and privilege to own, use and remor�e from the Land all sand, gravel, dirt, rock and othex simi[a�r materials as may be necessary in exercising the rights granted herei�, 5. Performance of Work. Grantee shall ha�e the right to remove ,firam the Land, and keep the Land clear of, trees, bus�es, shrubbery, brush and undergrowth. Grantee shall have the furtk�er right, but not the obligation, to remove existing fencing at3d other impravements and install temporary fenc'rng along the perimeter of the Land. 6. Existin� Pinelines and Annurtenances. Grantor nwns, aperates, and maintains one su�surfac� water transportation pipeline (the "Existing Pipeline"), together with above ground v�ults and otner surfae� and subst�rface appurtenances used in co�ection Cherewith. The Existing Pipelin� runs under the Land, and t�e v�ults and othez' appurtenances are located in, on and under the Land or adjaining land. In performing the work authorized hereunder, Grantee, on behalf of itself, and its contractors, sul�contractors, emplayees, agents, representatives, successazs and assigns, agre�s to take all steps necessary to pratect the structural integrity o� the Existing Pipeline, as vvell as all vaults and other ap}�urtenanc�s. If any loss ar damage shouid occur ta the Existit�g Pipeline, or any vaults ar other _2_ appurtenances, as a resul� of the canstruction, operati�n, maintenance or exist�nce of the roadway or underground utilities, then Grant�e shal! repair such loss or damage at its sole cost and expense and shall restore the Existing Pipeline, and a1I �a��ts and other appurt�nances, to the same conditian as existed befare a.ny such lass or damage. Further, Grantee assumes the risk for any and ali damage or destruction that may occur to the to any improvements constructed or p[aced on the Land by Grantee as a result of the existence of the Existing Pipelir�es under the Land and Grantor's operation and maintenance thereof. Grantee shall be solely responsible for repairing any damage to or destrucCion of the improvements resultin:g fram th� installatian, operatian and maintenance of the Existing Figelines or from any leak or rupture thereof. The rights granted in this Agre�ment are subject and subordinate to Grantor's use of the Land for the installatian, operation, and maintenance of the ExisCing Pipalines. 7. Restoratian of the Land. �n or before the data af terminatian her�of, Grantee shall remove all of Grantee's materials, i�provements, atad debris from the Land and, ta Che extent zeasanably practicable, zestore the surface af the Lanci to the candition that �xisted an the date oi the grant aF the Easement, ir�cluding, where applicable, re-grading the Land to match the grade approved by Grantor, planting the Land with seasonal grasses, and z`emoving any te�nporary f�ncing. Tf any existing impravemet�ts, including paving and fencing, are disturbed, damaged, or destroyed by the operations of Grantee hereunder, Grantee shal! replace and restore such impravements, incl�ding paving and fenci�ng, as is reasonably practicable to the cottdition ihat existed before a�y disturbance, d�mage, or destruction. 1'�Totwithstanding the faregoing, Grantee shall not be zequired to replace any removed trees, bushes, shrubbery, brush ar undergrowth. 8. Reservations and Excentions to Grant. The Easernent is expressly made subject to (i) any and al� visibXe and apparent easements and rights-af-way aver or across the Land, whsther of record ar not; (ii} any and all exist�n� restrictions, reservatians, cov�nants, conditfons, �il and gas leases, mineral severances, anci other instruments, other khan conveyances of the surface fee estate, that affeet the La�d and are shown oi record in Tarrant County, Texas, (iii) all reservations, restrictio�s, covenants, terms and conditions contained her�in; and (iv} any and all zoning laws, regulations, and ordinances of cnunicipal and other governmental autharities relating to the Land, but only to the extent that they are still in farce and effect (collectively, t�e "Permitted Exceptians°'), Grantor heret�y reser�es to itself, its s�ccessors and assigns, the right to use and enjoy the surface �nd subsurface of the Land faz any and all purposes so long as such use does not adversely interfere with the rights herein granted to Grantee. In addition ta all other rights reserrred herein and t�ot in limitation thereof, Grantor specif'ically reserv�s the right of passage over khe Land. 9. RELEA�E. Grantee, on behaif of its�lf, its successors and assigt�s, hereby reieases, relinquist�es, and discharges, Grantor, and Grar�tor's officers, di�ectors, agents, sarvants, employees, attocneys, successors, and assigns, from and against any and all claims, detnands, liabilities, suits, causes of action, abligat�ons, darnages, injuries, losses, penalties, casts, {including, withont limitatinn, attorneys' fees, court cas�s, consultant fees, exper� %es, and other litigation rela�ed expenses}, of whatsoever kind or charact�r, directly or indirectiy resulting from, arising out of or in cor�nection with, or relatir�g to �i) ar�y use or occupatian of the Land by Grantee or a�y its officers, C�11'f.CCOPSr agents, servants, eznployees, cor�tractors, or _�_ subeontractors; (i�) any condition of th� Land or any condition of the structures, equipment, facilities, or other improvements situated on or under the Land; (iii) the construction, installation, reconstruction, reinstallation, operation., maintenance, inspection, alteration, replacement, repair, reiocation within khe Easement or removal of any of the Facilities; anci (iv) any da�zaage to or destruction of any of the Facilities from any cause whatsoever. This release extends to and includes any and a!1 clairns for i�odily injury, death, sickness, disease, property damage or d�struction, consequential dama�e, or economic loss caused to or suffered by any person or Qroper[y, including Grantee, and GranCee's agents, seirvants, employees, contractors, successors or assigns, or any other �aerson or entaty. This release shall survive terrnination of the Easement. �0. Automatic Reverter. The Easement, and aIl r'tghts an,d privileges granted herein, will autamnatically Cerminate if and when the Easez�nent is no lon�er used for the purposes set out herein. In the event of such termination of use, Grantee agrees to execute and deliver to Grantor a document , in recordable form r�leasing all of GranCee's rights hereunder, but the failure to execute and deli�er such a Release shall not af�ect Grantor's owner�hip of the Land free and clear of any claims, rights, or privileges af Grantee. 11. Prohibitian on Assi�nment. This Agreemez�t may not he assigned by Grankee, in whole or in paz't, witliaut the prior written cpnse�t af Grantor. Any punported assignment without such written ct�nsent sha11 be void and of no f�rce or effect. 12. Acceptance of A�reeme�t. By signing t�is Agreement, Gra�►tee has agre�d ta and accepted the terms, conditions, benefits, and obligations cantained herein. Grantoz' h.as agreed ta grant the Easement in reliance upon Grantee's representation that Grantee agrees to and accepts the terms, conditions, benefits, and obligations contai�ned herein. �3, Bindin� Effect. The terms and provisions oi this Agxeement shall inure to the bene�t of and be binding upon Grantar and Grantee and tlneir respective successors and assigns and shall be co�enants running with the land. 1�. Entire A�reement. This Agreement contains all of the agreements between the parties respecting the subject m�tter hereaf, and no prior representations or statennents, verbal or rvritten, have been made modifying, adding to, or �hanging tile terms of this ir�strument. �5. Amendments. Na amendments, madifications, or revisions of this Agreement shall be effective unless made in writing, dated sUbsequent to the date hereof, and signed by the �arties hereto, ar their respeckive suecessors or assigns. TO �AVE ANT� TO H�LD the EasennenC, together with all and singular the rights and appurtenances thereto in anywise belonging, unto the Grantee, and its successors and assi�ns, for the period af time stated herein. All warranties that might arise by comnnon law, as we1l as the warranties in section 5.023 0� the Texas Praperty Code (or its successor), are hereby excluded. EXECUTED on the respective dates of acknowledgement s�t forth below, effeckiva as af tne last date of acknowledgement. _4w GYtANTOR. TARRANT REGI�NAL 'WATER DISTRICT, a Water Cantrol and Improvement District By: R. Steve Christian Rea� Property Directar STATE OF TEXAS § § CDUNTY OF TARRANT § The foregoing instrument was acknawledged beffl�'e me on this day of , 2i}22, by R. Steve C�ristian, Real Praperty Director of Tarrant Regional Water District, a Water Control and Tmpravement District, on behalf of saitt District. No�ary Public, State of Texas -�- GRAI�TEE: CiTY OF FORT WORTH, TEXAS �y:_ Nanne: Title: APPROVED AS TO FORM AND LEGAL�'FY By; Narne: Title: Assistant City Attorr�ey Date: STATE OF TEXAS § § COUNTY OF TARRANT § The foregoing instrument was acknowledged befvre me on this day of , 2D22, by _ of the City ❑f Fort Worth, Texas, a m�unicipal corporation, on behalf af said City. Notary Public, 5tate of Texas P:ITRWIriC[TYFWiBrnhmuk E'i{�c13n�1TcmpnraryCunarucion linscmcnl.dae EXH�.B�.T °'�y' C�1�RACTOR ACC�SS i�ASE�l+Y�'�'�' J.1VI.B. SllRITH S[IRY�Y, ABS'�R�CT 1�Uli�IHER 1�61� LOT �R2, BLOCK �, WOUDiVI01*1T A`DDITICIT�i, C�TY O�' FURT WORTH, TARRAI+IIT COLi1odTY, TEXAS �l.�+C a p,49a� �sr� tr��t of land iocated in the 1.M.B. �mith Survey, Abstraet Number 1412, City of �ort Worth, Tarrant County, Y!�x�s, satd O,QQ42 acre tract be�n� a porifor� of LU� �R�, ��OC� �, WOODMD�� A(fLf!'�!r1F�; �Pine an Adr�i�inn #n tise Ci#� of Fn�t I��rt�,, Tarrant •C^:.!n'h�; ?�x�s, a�cordin� ta khe plat therenf flled far r�r�rc� in 5/nlume .38�-�UZ, �Pa�e �, 1�1�t Recn�rig, �arrant �`.����+#u, �r�xas, sa[� 0 n�2 acre �r�Ct a9sa �e:n� a portton af a certatn tr��t of iand comeyed ta TARRANT CO!lN�Y 4+Up�'F� ����'��� � lMPR�!lEM�N ��[5�RIC�' f�E1M�ER (]N�, by deed thereof filed far record in lnstrument Number D18761�4�3, �fflcial �Pu��ic Rec4rds, Tarrant Caunty, �exas� said 0.0042 acre tract heing more particularly describad by the metes and buunds as �nilows: �Q1►nM�IdC1�1G at khe mo5t easterly southeast lot carner of sa�d lot 5R2, same being t�se sauthwest lot corner oi Lot 5R1 af sai� Block Z; said corrsmehcing palnt ��ing an ihe north right-of-way line of A1t�mesa �auleva�d (b�ing a varfahle width pu�lic right-of-wayj; Tf�ENCE along the so�th {ot line of said lot 5R2 2nd alang the said north rigi�t of-way iine the fotlovving courses and distances: North 83°59'17"' West, 40.52 feet; North 69'S7'37" West, 53.62 feet to the PpINT 0� �EGINlV1NG af the herein dascri�ed tract of fand, said beginning polnt having a fVAD�3 Texas North Ceniral Zone (a202j grid toardinate of N: 6,421,Z93.24 and E: �,31�,2x�4.7+4; TH�NC� IVorth fi9°57'�7" Wes�, car�ti�uing alang the sald lot line and alang the said right-of-way line, 1�,35 feet to a polnt fram which the sou#hwest toi cnrner of said Lot 5R2 b�ars North �9'57'37" West, 31.02 feet; TNENG� departing the said !at line and the safd rlght-af-way ifne, over and acrass sald Lot 5R2 t�se faltowing courses and distances: �Vorth OS"92'3Z" East,10.20 feet; Sauth 69°57'37" East,1�.36 feet; South 4S'�45'15° West, �0.20 feet to the PCill�i 0� eEGtNNIidC. 'ihe hereln abav� des�rfbed tract of land cantalns a cnmputed area of U,0042 acres (184 square feetj of land, more ar less. The bearir�gs and coordinates reclted herelnabave are hase$ on the State PIane Coordinate System, Texas North Cen#ral ZonQ 42�2, North Amerlcan Datum of 19$3, adjustment reaEizatian 2011. Area and disianees recited herelnabove are sut�ace, I�ric S. 5pooner, a Registered Psofessfonal Land 5urveyor in the State of Texas, da hereby state that the feregving dQscription accurately sets out the metes and bounds descriptian of the easement tract descrf6ed herefn. =�r'_" � F `�. Ir '��-tis"r� TF �1 ��� �4 � �F'O �'"9 � � 4' U1 LR+r �_ SPt�nNFq � E+��? � �� � Eric 5. �ponner, RPLS Spooner & Assoe(ate�, lnc. Texas Regis'#ration �10, 5922 i�Pl5 Firm No.10054900 Exhibit "A" � Contractor Access Eas�rnent � Tarrant County WaCer Cantml & Impravement D'sstrict � Page 1 af4 5poonsr & Associates, Ine.; 309 Ry41�5 Slre�L Suiie IQA; FLL1es5, 7eaes 7GU39 - Pii. 61T-6$S•8448 - espaane�spoone�surv�yors.com - S&A 21a92 � �7�Ij�Y�' rr��r S�� A7TAC#i£D M�YE3 & BOU�f�S D�SCRiPTIQN ON pAOE 1 HER�IN NO7E; B�ARINGS d1N4 COORDINAT�S kRE R��ER�NC£p TO 'fHE TEMAS $TATE PLANE COpRi71NATE SYSTEM, YEXRS N(}RTH CE�FTRAL ZON� b202, AQ,IU8iAq�N'f REA4.IZA'i[ON 2011. DIS7ANC�3 AND i1REA5 3F{OWN ARE SURFACE. �,(�.�, ��`�i� ��� �A9 � ���'���� ��. (3` 20' 40' T, .� .._, ,_,,. •� 1 w� � ✓ � � GRpaPHIC SCAi.E !N �'��i � / i� ��� = �o� I CALLEp: 7B,93q 5Q. FT. crrY o� �a�� woRTH VQL. i219, PG, 282, D.RT.C.7. _ �� A�TA�IESA BL T�D. �11ARlABLE W1DTH PUBI.iC RIGHT-OF-YVAY) EX111g1T ��" CONTRACTOR ACC�SS F�ASEM�PIT . . °�,,.n., : ��� J.M.B. SMI'TH SURVGY, A�ST'RACi' NL1hYBE�i 141� ,- '��'� LOT, 5R2, HI.00K 2, WOODMOI�iT AbDI�'ION, �-r�m—= --Y �..;T::;�,�oo.s:e:m t'I'�YOFI�ORTWORTH,TAi�itANTCOUN'I'i',TEX/1,5 � ��.�iF�����#F�,��;��4�� il�k' 1:#��,.... - ` ._ 3U8 BYER5 STii�E'T, SUE7'� 100� EULESS� i'�XAS T5038 4PF.�iFY'-"�'S�#1. w rr•u a WQNYCi1�3lyfi3TAUU�7IU�V� VOLiJME�'8A-�,Pniig�,p,trT.C.T.� (B17j683•8448 WWW.SPDON�RSUltVEYORS.COM " 3±^� Pi�A�cFss ow�r ;gaaz-0s.�� rnvr� 7BPi.S �I#tM N�. SOa5�fa0U �6.A�C,1fINi}.:�I�'4� dl3AVRfV,BY;R.F.�. y n ' - - �*E� ���z ��w�c�er:Es:s. � IExNl3iT � 'f.�:�N,C_ & I_�_ � PAC3E 2 []� �4 LIlVE iABLE QfRECTiON DIST. N83°59"1�'"W 4fl.52`- �E89°57'37"W 53.62' �f69°sT'37"W 'i8.35' IV69°57'37"W N08°42'32"� SBS°57'37°E 5U8�45��5�•Y 3'�.02' 90.20' 18 _38' '10.20' �� QR_yb-T2 �' �� OF r�.� �p �� ti's rF;q� F.t � � Q. � O � N . EL�irr �_ SPt1AiJ�jq ' � ���2 E Q� p � E s rJ k,,_}~ - : ��,�-lY 1 I�OT 5R4, BLOG€i 2 W�t1�MOF�T ADDlTtOi� VOL, 388 202, Pt3. 1 P.R.T.C.7. ND. I.1 L2 k.3 L4 L5 �� [.7 IV: 6,921 �193.24 �.�.W: E: 2,318,�4.74 ��lf�i A1� (NAQB3 ^- GRID) �����+ / CaNTRAC`�OR S'�ACiiNG f AREA �A5�ME1�7��� (BY SEPARAl`E iNSTRUiUI�NTj I / t �� r� LOi �R2, s�oc+c z r 1d����Ni��i Ad�lil��l 1 �_�►{ � VO�. 3��-2D2, PG. 1 � Q��� , �� P.R.�.C.T. I / 1 / OWIVER I / `�dRRANi �O�lF�Tlf ��°iLl� i i co�����. � ��a��ov�n���T f � vi�Y��c�r �u���� o�� l / INS. NQ. D18�813483, j / O.P.R.7.C.T. j � �}tlil�IT ���r. .� t:��Ei�C��R ! � � i4�CE�� �l�S�t4dI�R+IT � � � 0.00�2 ACR�S �1$4 5.�.} j o �.��� ��s � <� �. . `�- i ��__ r L�._..� � � �€��i1�T �F t� � `` � _.... � : B��l14�P11PdG � ;v � EXHIBi'r ;+CyS CO�TRACTC�R RT}At�iN� p�_...1'i'.A �,A5E11+4FF1T J.M.B. �A9[ITH $URl�EY, AIBSTI�ACT �1Uli+YBER i �f Z LOT �R�. BLOCI� �. ��nnwrn��r �,�n�T�Q�r, CI'I'iC �dF FDRT WOitTH, TARRANT C:UUI'�TY, T�XA� � � ��I�[� � D.4�40 aerp t�'art �f land lot2tec31�1 the �l.M.B. 5mith 5urvey, �!bst���! �iumher 1412, C�ty af Fo�E Worth; Tarrant Co�nry, -f��as, ��id 0,459� �rre SraGt bein� ��drtton of LOT'�f�?, �� �JCi� x, b��g�!�S��Y d�plit�l�. �eing �!� Ad�i#lon to r�+p City of ��r# YNnr�h, �arr�nt Cnunry, '��x.a�. ,��cordiqg t� :�e plat �hereot �iled fnt r�COI[i 113 �/al��ma �i88_2{�2; P�ge :k; �Iat Rp�nrrl5. -�arrant Caunty. 7+�xas; said U,+3514a �crw �.r�ct �js� tip�ng a�urti�n ��f � eertain tract �+ land ,con�eyed 'tn rA��taN? �alJf�TY W�T�k rt£���OL 1is tMPR4VEq�iENi Q�l��'RIGi PdkJM���! �I��, by deed thereof fHed #pr recor�l in Ins#rument t�um�er D7.876Z34B3, O�ficial �ublic �iecords, Tarrant Caunty, �'exas, said Q.4540 acre tract being rn^rp particularly deseribed hy t�e metes and hounds as - f�llnws: �Qn;�[vt��lCtNG at the most easterly southeast lot carner of sald k.ot 53��, same faein� the sout�west It�t cartler of Lot 5R� oi sai� , 5l��� �, $aid cnmrr�en�fng paint 6ein� on tha narkh right-of-way line of Altamesa Bouleuard (being a variable width pu6lic righl-of-way); iHENC� depar�ing the said fot comers and the said right-of-wayline. over and across saic! Lat SR2 the following courses and ��stances: North 39'lx'S2° West,14,19 feet to #he PatiV� aF gEGINNING of the i�erefn tlescrlhed tract af land, said 6eginning point having a�tAp83 Texas Narth Centfal Zone (420z) grid coordinate of I�: 6,921,�.B1.62 and E: 2,318,3Q6,43; lVarth 83°59'17" West, 29.22 feefi; North 69°57'37" Wes#, 95.Z9 fee#; 4�orth 03°19'A�'" West, 31.91 #eet; North 27°46'0�" �ast,124.48 feet io the beginning af a non-tangent curve to the right havin� a radius of 55.00 feet; Along the saicE curve to the right, an arc length of 70.80 feet and acrass a thord wk�ich bears North 6�°i5'25" �ast, a c�ord {ength of 66.�1 feet; South 78°31'27" East, 23.10 feet ta a point frnm whic� the northeast lot corner of said Lat 5R2 bears North 53°3Z'03"' E�st, 13.47 feet; South b�°35'33" West, �.Qx.72 feet ta the POI�IT OF B�GEWNIiVG. 7he hereln a�ove cfescrihed tract of land cnntains a corr�puted area of 0.4540 acr�s (19,i�s square feet} of land, more or less. 'fhe bearings and cvordinates recited hereina6nWe are basad on the State Plane Coardinate 5ystem, Texas I�orth Central Zane 42�2, (3arth American Datum of 1983, ac#justment realization 2011, Area and distances recited hereina�ave are surface. I Fric 5, 5paoner, a Registered Professional Land Sunreyor in the Stake of Texas, da here�y state that the foregoing description accurately sets out the meies and bounds description of the easetnent tract deseribed herein. .�°Ae�,. 05-�8-2� �� G1�. � � � �'� � �°�� y-4' tS1 � Eric 5. 5pooner, RPIS Spooner & Associat�s, Inc. 7exas Registration No. 5922 TBPiS Firm No. IO(154904 E?�xv' S, SC�t�pA�ER :��22 ; °'^ �s�o4`� Exhik�it "C" � Cos�t�ractor Staging Area Easemenk Tarrant County Water Control & Improvement District � Page 3 af 4 Spaoncr & Assaciaus, (nc., 3t39 Byars 8ireet, &uita iQD, Euiess, T�xas 76939 - PN. 917-�85-84A8 - espoanatQspoonersurveyors.cam-S&A 2i092 r � .._ ■ �u��i � iu �w■ �i ■ ■ ����� t��r� $� ATfACHEb MET�S �, I�ni!n�ne DESCRIPTiC3N (3hl PAG� � N�f��l ND. RAE)!U5 C1 55.D0' GURV� �A�L� '. A�G CNORD �,�NGTFi �IFt�'CiIC}�l 70 8U' NSQ°15'2 " NOTE: 8EAR1NQ3 ANU COORDfIVATES AR� �iEF�REhiC�� t0 TFlE YffXAS SFATE PLRNE CQ�A�INATE SYSTEM, 7�X/IS NoRTH CEs�ITRAI z0�[� 4202� ADdt18iMEfVT REALIZATIpl� 2b11, �1g;ANCES A{�lp AkFAS S�iOWiV ARE SURFAC�. c�o�o LENGiH -- __ 5 � $B:p1' , ����� � e��q � e / l.OT 5Ft2, BL,pCK �,�. � ���D�fl�R�Y Ai�Dli � . J VO�. 388-242� PG. " P.R.T.C.T. / ��' �� ¢�' ' ��' � I�� �aR�►� cdu��ry wA�r�� TY /,�'' co��R��. � �r���r�����?��v ���� �i���cr �vu���� ��� ti ��fs. No. o1�7s�sa�s, � � O.P.R.T.C.�. L1N� iABI� �!�_ T DiREGT10tV .�� �{.�ip t_1��GM� d2 ��?°��'17"W �s "�t�oa°�a�as� � !.4 S78°39'27"E L5 fV53°32'�3"� �IST. 14.99' � �9.22' 3'{.99' "z�.�a '13.�47' CALLEQ: 76,934 SQ. �T. CfFY OF FORi WORY11 VOL. 7219, Pd. 282, D,R.T.C.7. ACCCES91 {BY S�PARAT� 0' � � ��Hi��r «�„ �, c���R����� , �T��II�� AR�� �A��i�.��NT �� 0.4540 ACRES (19,776 S.F,) i �����n�,,� , � �°��~ t��+�9� �R � �utur _� � � 2d' 40' GRAPHIC SCAL� iN F��T '�" = 4�' �� �.--�_ 1 � r l�Td � 7 � r r f N � � l .� �� w � �� o �� �� �� !�-�o.o i � i ���,�. ���� ��� ��� ���T���� ��a -�c.� LOT 5R7, B}.00i� 2 WQODMt}N7 �BaiYlON VCIL. 9B&^��2, �La. 1 P.R.T.C.T. p N:6,921,'181.82 � �:2,31$,3QB.�3 + (NAQ$3 � C3RIDj �f ��j�� 0� �fNRA�►�i�����.s A��'�E�'A B�VD. (VARIA9LE WIpT!-i p�IBI.IC FtI�HT OF-WAY} EJC�I81T "D" ����� I I _ �„ CaI�TRACi'OR STAG1iVG AREA E�#S�M�IVT d.M.$. SMIi`�# SURYE1f� ABSTRAGT PICi11�B�R 141� �{,'�.. • �_ ��P i,DT 5R2, aLOCK �� WODDARONT ADDITlON, [� 1� ` �` �. _ ,�m -..r�a�:..:t��e w'k.�vw. �ITY OI+ FQRT WORTH, TAWNPIT C�[J1�fTil,1'LXA3 �-� 1 #*��� �:�i�t�� ���-Sa:{� +� - : � I�i — ���il 5. F�iilh�i=�Fli::l.L3� 4�i�. �{.y4,��14'.�;•Nif'!!'!!iu¢i1tT���fi,ITY'M7� V�Lu�MF ��-?�?, I'"4'V� 1. IP.R.7.G 7. glr_�2 a�f STAGlNO_pRAFT_��z-0,a.ia ntnl� �''�7Cj*,la �u.' 21Dux � �n;?4VYN 19Y: R.K.O. f. �arc; �an�ny� `Y I — C� �n$Y:E.s.s. R a �!-�._ �'�+"'� � � . 309 BY�FiS STf3EEi� SUITE 1QCf� �EUi.ESS. TEXR676039 � �81Tj683-8448 �+;+!N;+:�,SPnnu�cci,;rQVEY0R3.COM = 'tApLS �IiiM N0. 1005d9(la = � _ _. ........,,- � �iKHIBIT •'��� —•�.C.W.C, B� I.�. � PAC�1� 4 QF 4 06-16-22 1�{�ll�� ����m�� Subs�rface �nd �hys���� �mnc�Iltno�� '�'�S ]PAG]E �L��'�' ��7[`]E1�T'�'��l�AI��L� ��C..�� CITY OF FORT WORTH WESTCREEK CHANNEL MAINTEI�ANCE STANDARD CONSTRUCTION 5FECIFICATION ROCiJ[v�ENTS CITY PR07ECT NO. ] 03060 Revised July 1, 20 [ 1 F:Iprojects1p31$lfl67-01�9 Designl9-4 i'roject MaRual_Specificakions110�°/alAppendixlAppendix.doc � � � ����������� 1111�y 31, �0�2 Alan Ptummei-As�ociat�s, Inc. 9 �20 �. .Ur�ivar�i�y �r�v�, S�it� �Q[1 �o�t Worth, Texas 7G�07 A#�n: Il�r. Geo�tge F�rah, P.E. ��� ApRENDU� 'f TQ Gj�J R�PQRT Nt�, �4�5-2,�-�� ��e���e�� �i�ANNEL RE�i�1B1LiiATIC)[U ��t]��Gi KRAUSrS G3��EF� CW,i�P1��L �C�F�T VIIC�PT'H, TEX�� �7�a� Nlr. F�r�h= �MJ pc�€orm�;d th� g��rt�chnic�E inve�i��ti�� for the e�cistin� dr�ina�e c�ann�� r�fur�ai�hir�g �ara��c� t�r incl��ls �F�e Kca�s� Bak�r �h�r►t��ef la�at�d ��st nf IIIIcCart Av�nue �c►uth t�� �inbro Driv� in �or� W�rth, TeX�s anz� present��i t�� results in CMJ R�port No. 4����1-58 ��evis�d) dat�d April �i3, �a22. A�dit�c�nal r�cc�mm�.�d�tion� f�r a de�� fau�tdat�an sys�em h�ve b��n r��u�st�d for the �l�n��c� wail syst�:m aJonc� t�e Krauss R�#�er �h�nneL Thi� inform�tior� wa� r�c�uest�d dur�ng �; ���ec�nfer�nc� �?n 11��y 2i� �[��2. S�r��ght drilled ant� t�i�forc�d c.or�cret� s�r�fi�� p�n�ir��ing �he �r�� [ir�e�ta.c�� ar�� �h�E� nff�r a�asi�iv� f�und�ti�r� system and ar� r�ct�mm�r�ded_ Recomrr��ndatior�� pres��t�� below ar� v�li� nnly #`ar th� Kraus� B�k�r �hanr��l �n. th� vicinity �f Bar.ings B-1 and E3-2 �s� i�l�te A.1R �f �!�A rafa��C1C�C� fE��7t7C`C�. �ir����t` �talf�►r� �nd i�,���fnrc�c�' Co�r�r��� ��r�� t3��ign �ar�r�r��t��r� (Bor�ng� ��3�5 �r��' �-�� F��cr�rnm�ndafii�n� �nd para�e#ers far th� �e�i'gn of cast-ir�-plar,e straigF�t-s��� drill�c� pier� �re autlir��d b�)c�w. ���cifi� �'ee�rmm�rid�tior�s for t�� cs��tstr��t�r�i� �rtd in���l��ti��► ofi tli� drill�d pI�er� �re in�luii�d ir� tl�e fallowing �e��ic�n, �r�c� shaft b� fc�llow�d durin� cans�r�c;tion. ���ring 5tr��um �7�p#�i o� Bea�r�ng 5tr�tur�: ��quire�l F'e��tta�€or�: �ray l»�M�STE�N� wf ��a�e s�ar�� a�� fa�ars �r Gra� �HAL� wl lirne�fon� seam� �nd lay�r� Approxiir�a°tely � tc� 11 f�et k�e�ow existirtp gr�ries Ap pier� sha�al� penetr�te into tYt� ���ring �tr�tum � minimurn of 3 feet. AII�w�bR� �ru� �E�r�ng Capacity: 18,000 p�f AUnwabl� 5kin Fri�c�io�: Appl��a�1e be�ovu � minirr��m p�r�e#r�tivn o� � fee� into �ray shal� Qr �ray lima4f^!-!p ar�d b�:law any temporary c�sing: 3,1Q0 psf �o� ��m�r�s�iyl� I��ds an� �,1Q0 psf f�ar te�sil� l�ad�, �P�J ��gineerir�� i63:6 P�bb�� �3rive p: �i r.2 ��.9� 0 0 Fpr�t Vltorti� a`I')C 7b11$ �: Si7.5�i�,��5�3 vuw+w;.crr€jerEgr.c�rr� c� ��vcmT��nv�, r�rc. Ml�n Plumr�er and Asscsciates� lnn. l�4dti�tndum 1 CM.! Pro��:ct f�o. 4�5-2i-SS {Revise�) May 3'E, �t�22 , Pag� 2 of 4 T'he above r�aiu� contair� � saf�fy fiactor of tY�r�e (3�. Pen�trafians ,greater �han tl�� minit�um penetratir�n may be r�quir�d to davelop ad�ifion�l skin #riction �ndlor uplift re�istanc�. �rilled �i�a�t� �hQuld e���� thra��h any �i�aly el�y �r �lay�y sha�e fay�r� artd ���� on[y ir� compet�:t�t, un�veath�red gray s(�ale or lirrtestone. lt ��o�fd b� ant[cip�ted ti�at grr�un�wvuat�r s�e���e a�ave th� ��ring strat�rn ma� �e �ncaunf�red durirtg it�Stafl�tion of all th� sir�,igf� �h��s in t�� ch�nn�! bratta� and t�r���arar�► c�sing cQu1d be require�i far pro�er in�#�ff�tl��. fn �rder �a dev�l�p full Mo�d carrying �apac�ty i� sk3i� fi�ieffo�, ad���er�� sh��s sf�ould �ave a �ir�imum c��t�r-ta-cen#�r sp�cing of 3 tim� the eliarrr�t�r o� i}ie f�rge�' s€�afi. �loser spac�r�� rn�y r�quir� s�r�� r��fu��fa�� in skin frictfQn aridl�rr �h�n�es ir� install��ic�n ���u�r�c�;s. Clos�ly spaced �i�afts .shc��id be �x��in�Cl ort a c�s�-by-��se b�sis,. �1� a g�neral guid�, �h� �esign skin frictipn will v�ry linearly from tF�� full i�aiue �t a spac�i�g af 3 df�m�ter� to. 5Q p�rcer�t �f t#�� d�sign valu� at �.O d+�FH;���f. W� recomrnend � minimum pi��- d��r�e�er af 9� inche�, Settlemen�s fnr prs�periy inst�lE�d and can�tructed str�ighi s�afts i� the �r�y .�h�.le Ar lirne�k�ne will be prirr�arify el�stic ar�d are e�t�mated io be �1 inci�. Diff�re�tiai s�tilemet�t %tv�re�n �dj�icent piers fs estim�te� �t'� f��;� ^r I���. �$te,ral �.a�d f�esfgr� i�ar�erra���r� (�Pi#'�} Dr�N�d shaft cEe�igh parart'��t�rs fc�r use with L�ii� ba��d �an ot�r [�bt�rat�ry t�st r�s�it� er� p��se�t�d in �'a�I� 1 t���th�r witY� our recarr�r��n�ec# d��ign stra�'rgr�phy. L�ter�l �i�a�t ��,ist�!��� �f cl�y� shc�t�Ed nat be c�nsid�red within t�� upper 11 f��# due �o the pQ#eriiia! for ��rit�kaqo cra�ks f�rrr�ir� a�v�g the �ides of the drilled shaffs or pc���ibl� ch�.r�ne! �fosion� TI��LE 9» F�i��!}MIVI�NQ�C] �.P�T�RAi. L£?AD C3�SCG['� VA�.U�� ���� Ty�� f3�s ign Tta�l ��rit 1��igh# (p�fl f���i�n �tr�ngth D�sigr� � esti (psi) Gray l3niaxial �ompressi�e Shale/�.imestone '14D S�rength �psi) (a�g. RQt3 == 85;�} �2� la.oao� �.ox�o5 � ��T��iE��NG, �N'C. Alae� PIEt�nmer and As�nciates, Inc. Ad�en�um '{ CMJ Projed I�o. 425-21-58 (Reuia�� May �1.� 2D22 Page 3 of 4 ���I11�[�tJC�ti �pfJ�' b��d5 The dr�l��d sh�ft� couid exp�r��nce #en�ile laads a� a res�it of po�t cor�str�ciinn h�av� in tt�e site soil�w The mac�r�itud� �f ti��.�� l��ds v�r��s with the ���ft di�m�ter, so�l p��am�ter�, ar�� par�ic�larly th� in-sit� maist�re I�vels a€t the time of c�instruc�ic�n. Ir� order to �ic� in the �tructural design afi ti�e reinfiorcemen#, the reinforcemsnt qu�ntity s�ould be ad�qua#e tc� f�sist �r�sile facces b���d vn �oil .adh�is�n �r�u�l t� �,5(�Q psf �cting Q�r�r the u�per � 1 fe�t of �ht� pi�:r si�afl. "�ls lo�d m��t be ��isfecF i�� the de�d load �n ti�s shaff, continuous v�rti�al r�infor�ing �te�l in th� ��a�t, ar�d a shai� �dhes��n d��v���pe� within the be�ri�� �trata �s �r�vi�u��y discusser�: [n �rder tr� a�d [n tY�e �tructur�! �esi�r� �f the r�ir�far�em�nt, minimum r�Inf�r�r�.g sh��lc� �� equ�l #0 0.5 ���ent of t�� ���a� �r�a, L1�iII�d �f��f� Ga��t�u��zo�r ��n��d�raf�a�x� T�-ill�d pE.��' c�n�tru�tic�r� sh�ul� be mcr�it�r�d by a r�gres�nt�t�U� n� th� �eot��hr�i�ai �r�girte�r� to t�bserve, �mt�n� oth�r #hings, the fallovvir�g rte�s: • Id�ntifica��n of bearing m��eri�l � Ad��u�t� penetr�tlon of�h� sh�f� �xc�vati�r� int�th��b�aring lay�r � Th� ba�� �nd si��s of th.� �h�fit ex���rat�ar� �r� �I��� o� I�os� �uttan�s + If se�page f� �ncu��:#��'Q�, v+rtt�th�t` i� is �� su�f�i�r�t am�unt ta r.equire �e ��� �f t�mpo�i�r 5t��f C�31n� li casing ;s n�d�d it I� irr��artar�# fi�?�f ?�� �eld r�pr�s�rttafiu� t�bs�rve €hak a ��';h t�e�t� nf �il�stic corrcrele �s r�a�n#ain�d withi�r th� ���ir�g at all tirr��� ��F��� the:� �xtr�ct:�� to prevent tf�� insRow of wat�r P�ecauti��� shoutd b� .taken durin� fh� pi�c���r�f of reinfarcing steel �nd c�ncr�te �a pr�ver�t lac�s�, �;xc���ted ��ii #rc�m falli�ig �nto ihe ������tian. ��n�r�t� �hv::l� h� �I���d �s sc�Rt� � prac#ic�l at��r �ornp�eti�r� ofi the �rlllir�g, cfie�ning� and observati�r�. �x��va�ion far a drilled pier sf�aul� be fifl�d wi�h eoncr�t� before th� en� �f �he w�rkday, or soar�.er- ifi requ3r-ed to prev�nt �det�r��r���orr �f ��� bea��ng m�t�riaL Pr�iEon��d �xpas�r� �ar in�r��a€i;��� ; # th� ��aring �urfac� vr�lth w�t�r wi{I resu�t ir� changes i�i s�rertg#h �nd cornpre�sl�iilf�y chara�l�r�st�cs_ If �elays �Gcur, #he dr�lfed p��r �xcavati�n shou?d �e d��pen�d �s n�c�ssary �nd clsaned, in order ko prvvide a fre�� bearirtg �ur�"a�e. �x���at�ons fa�` the sh��ts shauic� be maintained in t�e dry. l� shoufd �e �niicipated ih�l gro�n�� wat�r se�page m�y b� �ncat�nter�d dur�n� �h�ft install�tion �f ��t �traigh�# sh�f#� in �h� cl�anr�el bnttc�m and tF��t t�rr�porary c�sing �ould �e r�qufrecf ��r all str�igi�# shafts �ar prflper �haft in�iailation. Th� Gasir�g ��ould be s�ated ��k�w the �on� of se.epage �rith �{i w�t�� �nd mv�t �1V�j �1G�NE�Z�G, IT�iC. Alan Piummer a�d Asans�aSes; lrtc. �ddendum � GMJ iro�ect 1�t�. ��-�1-58 (Reu'i��d} May 31, �022 P�g� � of g l�oss ma�er�a! r�m�vsd �riQr �a b����ning th� d���gn p�r��iratior�. Care m�a�t �h�n be taken that a�u�ci�nt head af plastic �ar�crefe is maint�ined within ihe ��sin� dur�ng 'e�rtr��tion. T�e c�ncrete shou{d f�ave a slu��;�, ;f ��r!C�?� �[��� nr mjnu� 'I inct�. `�'h� cor�cCete 5h�uld E�� ���C�(� lil � t71c'�hC{�.'r'�Q �fQV8C1� ��i� Cb�ft��ELE �`f�11'1 5iiliCilll� l�i� Y�tllf0f"�{IIC,� G��E' O�' tl�#.' �iriae n;F �j�B e�c�uatiart. �o�cr+�t� shaul,d b� tr�mied t� th� b�tt.�rri o� x�� exeavation l� �antrol twe maxim�rn ire� f�ll �f xhe plastic ��nc��� tfl {ess t9��i� 1�i f��t c��' focus i,h� ��r�r��e betwr��n r�in�orcEng ��eel fa prever�# set�re�af�on, A dril�(�g ri� o� ��►ffiraent �ize and w�ig�r# �ii( b� n�c�ss�ry f�r drill'rn� ��df�r carit�g �hr�u�F� th� h�rd [�yer� ta r��ch th� d��ire� ��ar�rtg stratum and achi�v� the requir�d pen�tr�tian. ��a�t �x�a�l��iori� s�aul�i k� ��rform�d vvith equipment sui#�bi� �Q p�r�orm this vuork �Y a�r�tactar exp�ric;n�e� in th� area. I� �d�'ii�an #r� t�e �bov� �uic��lirte�:; t�� sp�cific��i�rrts from the A�soc�ation of �iri�l�d s�?�+� �an�r�ctr�r� Enc. "S�and�e�s an�4 �{����������:;� fc�r �h� �'�unc�atian I�rii[�n� [n���tr�t" a� k���ris�� 199� c�r c�th�r recogniz�d sp�cificativr�� far pra��e i��tallat��,r! �f dr'ill�d sha�t fic��incf�fiion systems �h�aui� h�: faiir�vv�c�, �C/��up� i�l� �ppr��Catc �h� �pparkunity tv �ro..vide t�i�s� adc�itiortal r�c�m�nenc�atians F�r �h� above r.�fi��e.nc�� �roj���. ���uld qu�siiar�� ari�� �n it�formati�n cor�iam�� i��rein, �#ea�� contact �s, F�aspectfully submi4�ed, �� �v��N���r+�r m�'c. Ti�XAS ���;itM��I51itA1'IOi+i l�ik � ��+'i' � � ��� ,Jar�-ie R. ��p�in�ton Il�r '�.�. �lo. �7�Q� ,� �rt�: o� �=���ti „��,,,�.... , fr 1; , ,� ��.� � ;�' � �*•'� , �' :* ��i � : . �' } .,..»:..r.:+� ................. ����s �. s:�P�t���or,, iv � ..�.ss.��aiM'r���s.....fa...•'� �''� �r�2 �'�� t � �, . ��•. 1 L��,,. ��,�- �I�,+�i���0,����.� ��6��C3NA1-�� "" w �°�.�sw�.a.""�- �,���.5v capies suhrryit�ed: (9) Mr. �e�rge F�rah, P.E.; Ai�n PlummerA�snc9�te�, Inc. (�:m�tl) GEOTECHNiCAI. �N�WE�RING STUDY W�S7CREEK CHANNE� ii�A1f�7'kNANC� WE57CR�EK �RNE �'O PEGGY C]R1VE FORT WORiH, T�XAS pr�sent�d To: Alan Plummer Associates, Inc. Septernber 2021 PROJECT NO. 42�-29��i (Re�isedj jjj�3 R � ! ��pter��er 20, 2�i21 R���r# Nc�. +�25�2�-57 �Re�ised) Ak�n Plumtner As�oci�te�, Ir�c� 13�t� S. University Driv�, Suite �OC� F'ort 1Narfti, T�:xa� 76107 Attn: Mr. �eor�e �'�ral�, i�.�. �1�€7i�Ct�NICA� �NGiI����tNG STL�l�Y '!{41'�����t��K G.HA�N��. Nl�klt�7"EN,�.h[C� 'Uit��'��G���FC �RI�I� i'Li P��#�Y RRlV� �c��� ufi�r��'�, ��x�►.� �ear 1Uir. �'ar�h: �ubrr�it��d here are th� rB�ults �f a g�Qt��hr�ical engineet�ng study for th� r�f�cenc�d pr�j�ct. T�is stu�y w�s perEorm�d in g�nera� accord�n�e with CNiJ Prapos�! 2U=�9.30 d�ted D�cemb�r �8, ��20.. "fhe g�t�techriir,�l servic�s w�r� �uthariz�d by 111fr. ��org� ��rah, P.�. o� July 8, ��2�. �ng�neer[ng anatys�� and r�aarr�m�nd�tlons are carttaine� i� the #e�ct seetiz�n af fhe r�perrt. Resufts o�i ot�r ��id a�d lak�arat�ry s�rvices are ir�Glu�ed in. the �pp�r�c�Ix �f #ha r�pQrt: 1N� wou[d appr�ciate tMe �pp�rfiun�ty tv b� canside��d for pr�vidir�g th$ material� �n�inee'ring �nd �����chn�cal obs��v�ti�� s�rvic�s durit�g th� con�tructio� �h�s� of this �roject. We app�ec9at� t�i� opp�rt�nify ta b� Qfi s�rvic� fo Al�n P4ummer Assaciat�s, {r�c, Pleas� c�nta�t u� 3f y�t� �i�v� any �ue�tior�� or if we may be c�f further �ervice at t�fs tim�. I��s�pectfully s�rbmitte,s�, C�i,J �n�ine��rng, ir�c,. Texas �irm Registra�aon 1��� �-�17i f � -` "� ��� ,lam�s C'. Sappin�ian N, �'.�. PCqStti Cl� Tsxas No. �74.QZ �,�"` - - -�•�. �'��.��.C�� 7��r���i .s �'" ' -'�' 1 ��,�. -� * � '�; �: * •�syr►asgs►a�r�sn}�a�ay�9t��asqy�as:�E.... ��IYf���Caiflll"L'liil�l�fY� �� vr..s���a�iara�aR��e�+raof�a... �,�'i� ti_ �l'�� ��.'.C��r a ny,+� ;��. copies sul�mift�d: {2� Mr. �eorge Farah, P.�.; AEan Plumm�r Ass�ci��es, Inc. �by maCt} CI�RJ Citi�ii�r�ris�� 753b P�b�ie �ri�� �: 817.2�4.9�}Oa Ft�rt U1�carii�, TX Tb1i� #: .Si7.589.99�13 ww-w.crr�jehgr.cpm T�►��� �F CONi�NiS 1.0 2.0 3.0 INTROQUCTI4N __..___-_--------------------..__..____----------- 1.1 Gen�ra{-------------------------------------__�.__.._________ '[.2 Purpose and Scope ------------------------------------ 1.3 Report Format --_______________________________________ FIE�.D EXPLORATION AND LASORATORY TESTING 2.1 Field �xploration ------______________________________... 2.2 La6oratory Testing-----�----�-------------------_________. SUBSUR�AC� COiVbI710NS _______�_____________--------- 3.1 5iie Geology ------------------------------------------------ 3,2 5oi[ Conditions ---------------------------------------- 3.3 Ground-water Observations------__________________. Paqe 1 1 1 2 2 2 3 4.0 COMMENTS AND RECOMMENDATIONS------------------- 4.1 Expected Subsurface Conditions 1 Distress Causation 4,2 Excavation Dewatering------------------------��------�------ 4.3 Foundatior� 1 Channel Liner Construction---------------- 5.0 EAR�HWORK-------------------------------- 5.1 Site Preparation & Field Testing -- 5.2 General Slope Recommendations 5,3 Excavation---------------------------- 5,4 Soil Corrosion Potentiai ------------ �.5 Erosion and Sediment Control----- 6.0 CON57RUC�ION OBSERVATIONS 7.0 R�PORT CL.05URE APP�NDIX A �} 4 4 5 5 5 6 7 .7 -7 -9 10 11 '� 1 11 'f 2 Plate Planof Borings__--_____-------------------------------------------------------------------------------------------._-A.� Unified Soil Classification System---___------------------------------------------------------------------------------A.2 Key to Classification and Symbols ------------------_--�------_____________W�____________�______________.�___ A.3 Logsof Borings -------------------__...�_...�.._..__-�_--___------------------------------------------------------- A,�4 — A.6 Parficle 5iz8 Distrik�ut9an Reports------�-----------------_..�__________..�___T___..___�_______________ A.7 — A.9 �ir�ct Sh�ar Test Reports__..--------------------------------.�__.._..__....__..------------------------------------ A. � a— A.13 1.0 INiRODUCTION 1.1 G�neral TE�is report presents the resuits of a geotechnical engineering study far a distressed portian of Westcreek channel in Fort Warth, Texas. The project, as currently planr�ed, will consist of maintaining approximately 2,OflD feet ofi existing trapezaidal, concrete-{ined bank w�th natural bottom channel located north and parallel to Woodmont Lan� from Westcreek Drive to Peggy Drive. The channel is approximately 130 fee� wide, approximately 15 to 20 feet dee�a and general�y passesses side slopes on the order of 3H:1V to 4H:1V. C�annel degradation and bed scour are noted throughout and toe erosion of the co�crete-lined banks have occurred in select areas. Linear concrete cracks are present along the channel side sloAes. Select ouifalls appear dislocEged and separated from the channel lining. Global s�ability analysis is outside the scop� of this study. Plate A.1, Plan af Borings, depicis the alignment and laca#ians af the exploration borings. 1.� Purpose a�ed Scope The purpose of this geotec�nical en�ineering study has been ta determine the general subsur�ace conditions, e�aluaie the engineering characteristics of the subsurtace materials encountered, and de�elop comm�nt� on channel distress, eonfributing factors to distress, and recommendations an faundation/channe! liner canstruction. To accomplish its intended purposes, tl�e study has been conducted in the folfowing phases: (1) drilling sample borings to determine #he general subsurtace conditions and io obtain samples for testing; {2} performing labaratory t�sts on approp�iate samples fo determine pertin�nt �ngineering properties of the sUbsurface materials; and (3) performing engineering analyses, using the field and laboratory data, to devefop geotechnical recommendafiions for the proposed canstruction. The design is c�rrently in progress and the locations andlor ele�ations of the strucfiure could change. Onc�: the fina[ design is n�ar comple�ian ($0-percent to 90-percent stage), it is recommended that CMJ Engineering, I�c. be retained ta re�iew those portions of the construction documents pertaining to the geotechnical recornm�ndations, as a means to det�rmine that our recommendativns ha�e been interpreted as intendecE. Report No. 425-2'E-57 (Revised) CMJ ENGII�FBERING, ING 1 1.3 Report �'armat The iext of the repor� is contained in Sections 1 thraugh 7. All plates and lar�e tables are contained in A�pendix A. The afpha-numeric plate and table numb�rs 3dentify the appenc�ix in ►nrhich they appear. 5mall tablss of less than one page in length may a�pear in the body of the text ant� are numbered accarding to the section in which they occur. Ur�its used in the re�ort are based on the English system and may include tans per square foot (ts�, kips (1 kip = 1,D00 pnunds), kips per square foot {ksf}, pounds per square faot (psf�, pounds per cubic foot {pcfl, and pounds per s�uare inch (psi). �.0 FI�L� EKP�ORAiIOIV AND LA���►YORY ��SiING 2.1 �ield Exploration SubsurFace rr�aterials at the project site were explared by three (3) vertical soi! borings drilled ta depths of 30 to 40 feet. The borings were driiled using continuous flight augers at the apprax�mate locations shown on the Plan af Borings, Plate A.1. The boring logs are incfuded fln Plates A.4 thraugh A.6 and keys to c[assifjcations and symbals used on the logs are pro�ided on Plates A.2 and A.3. Undisturbed samples af cahesive soils wer� obtajr�ed with nominal 3-inch diameter thin walled (She[by) tube samplers at the locations shown on the logs of borings. The Shelby #ube sampler cansists of a ihin-walled ste�l tub� with a sharp cutting edge connected to a head equipped with a ball val�e threaded for rod cor�nectian. The tube is pushed into the soil by the hydraulEc pulldown of the dril[ir�g rig. The soil sp�cimens were extruded from the tube in the field, lagged, tested for consistency with a hand penetrameter, sealed, and packaged to limit loss af moisture. The consistency of cal�esive soil sarnples was evaluated in the field using a calibrated hand penetrorneter. In this test a 0.25-inch diameter piston is pushec� into the relatively undisturbed sample at a constar�t rate to a depth of 0.25 inc�. The resuits of these tests, in tsf, are tabufated at respecti�e sam�ale depths on the logs. When th� capacity of fhe pe�efrometer is exceec�ed, the �alu� is tabulat�d as A�.5+. Report No, eL25-24-57 (Re�ised� CMJ �NGII+iEERING, INC. � To evaluate the re{aiive density and cvnsistency of the �arder formafions, a modified ��rsion of the Texas Cone Penetration �est was pertormeci at sefected locafions. Texas Department of Transpartation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 174-�aund hammer freely falling 24 inches. This results in 34D foot-pounds o# energy for each blow. This method was modified by utilizing a 140�pound hammer freely falling 3fl inches. This results in 350 foot-pounds of energy for each hammer blow. In relati��ly soft materials, the penetrometer cone is dri�en 1 foot and the number of blaws req�airecE for each fi-inch peneiration is tabulated a� respec�ive test depths, as blaws per 6 inches on the log. In hard materials (rock o� rock-Ifke), the penetrometer con� is driven with the resulting penetrations, in inches, r�corded for the first and second 5� blaws, a fotal of 1 DO blows. The peneiration for the tofal 1 QO blows is recorded a# the respecti�e iesiing depths on the boring logs. Ground�water observations during and after completion of the borings are shown on the up�aer right of the boring log. Upon campletion of the borings, t�te bore holss w�r� backfilled with soil cuttings and plugged at f�e surface by hand tamping. �.� l.aboratary Testing L.abora�ory soil tests were perFormed on selected represen'tative samples reco�ered from the barings. In additian ta the classificatian tests (fiquid lirriits, plastic IEmits, and particle size analyses), moisture content, unconfined compressi�e strength, and unit weight tests were performed. Results of the laboratory elassificatian tests, moisture content, unconfined compressive strength, and unit weight tests conducfed for this project ar� included on the boring logs. Particle size analyses are included on Plate A.7 through A.9. Direct shear testing was perFormed within the averburden soils. Th� shear tests were perforrned in order fo obtain sfrength param�ters of the soils in their existing state. The results of the direct shear tests are presented on Plates A.10 through A.13. The a�o�e laboratary tests were perFormec! in general accordance with applicabie ASTM procedures, or gen�rally accep#ed practice. Report Ha. 425-21-57 (Revised) CMJ ENGi�7EsanvG, INc, 3 3.0 �U�SURI�/�C� COIVDI71�[�S 3,1 Siie Geology According to the Dallas Sheet af the Gsaloaic Atlas of Texas, the project site is geologically located in an undi�ided mapping unit which includes the Pawpaw Formation, Wenn Limestone, and Denton Clay, of the Lower Crefaceous age. Given the results of the �est barings, the project site appears to be dominated by ihe Weno Limeston�, which eonsists of predominately lirnestone units, with some clay. This formation fiypically weathers �o farm resir�ual deposits of moderately to highly plastic clay. 3.2 Soil Conditians Specific types and depths of subsurfac� sirata encountered at the baring locations are shown oR the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed be[aw. Nate that depths an the borings refer �o the depih from the existing g�ade or ground surFace present at the time af the investigation, and the boundaries betw�en the various soil types ar� approximate. Overburden soils encountered in the borings consist of dark brown, brawn, light brown, and �an silty clays and clays of moderate ta high plasticity. Frequent limesione fragments, fractured limestone seams, calcareaus nodules, and ironstone nodules are pr�sent within the clays. In addition, the clays encountered i� Boring B-1 are noted as fil[ maferials to a ciepth of 7 feet. Th� soils encountered at the site had t�sted Liquid Limits (LL.) of 48 to 63 witi� Plasticity Indices (PI) af 32 to 45 and classify as CL and CH accordirtg to the USCS. The �arious clayey sails were generally stiff to hard (soil basis) in consistency with pocket penetrometer raadings of 2.75 to over 4.5 fsf. Tested unit weight �alues ranged from �0�4 ta 121 pcf and tested unconfined compressive strength �alues vvere 3,160 to 17,060 psf. Tan limestone is raext present in the borings at depths of 7 to 9 fest. T�e tan limestone cantains occasional clay seams and is consiclered hard to very hard (rock �asis), with Texas Cone Penetromei�;r �THD) values of'/ to 'f'/� inches of pen�tration for 100 hammer bivws. Gray shale containing limestone seams and occasional layers is next encnuntered in the borings at depths of 15 to 16 feet. The gray s�ale is considered moderately hard (rock basis}. Texas Cone Report No. �F25-2'E-57 (Revisecf) CMJ E[v�nvE�RiNG, ING 4 Penetrometer (THD) values �� 2��a to 4'/4 inche� of peneiration for 100 hammer blows were obtained in the gray shale. 3.3 Ground-water Observations The borings were drilled using continuous f�ight �ugers in order to observe ground-wafer seepage during drilling. Ground-water seepage was nat encountered during drilling and all borir�gs were dry at drilling completion. Fluctuations of the ground-water level can occur due to seasanal variations in the arnounfi of rainfall; site topogra�hy and runoff; hydraulic conducti�ity of soi! strafa; and other factors no# � e�ident at ihe time the borings were performed. Ground-water can flo�ry thraugh more permeable zones or accur atoplwithin the limestone or sF�ale and should be considered when de�elopir�g the design and construction p[ans for the project. Water tra�eling through the soil (subsurFace water) is often unpredictable. This could be due to seasonal changes in graund water and due to the unpredictable nature of ground-water paths. Therefore, it is necessary during construction for the contractor to be abservant for ground-�nrater seepage in excavations in order �a assess the situation and take appropriate action. 4.� CO�NM�RliS AN� RECOIVYf11ll€NDRilO1VS 4.1 Expected 5ubsurface Conditions 1 Distress Causation The proposed drainage mainienance project wi{I be canstruct�d through #�e Weno geolagical formation soils antf rock, bas�d on the results of the exploration borings. The composition of the Weno geological formation generally cansists af sfiff to hard mode�ately to highly plastic clays overlying hard to �ery hard limestone. This trend can be seen in all borings �ia hand penetrometer, unconfined compressi�� sfrength �alues, and Texas Cone Penetrometer �alues. TF�e ehannel bank lining and outfafl distress appears to be genera#ed by erasion of the natura! chann�l bottom, possibly forming voids belaw the cancrete banK lining from washed-aut foundation soils. O�si#e soils do possess significant potential for expansi�e sail movement, which could cause hea�ing; however, test results indicate that the existing dist�ess is likely more attributable to water erosionlwash-out, as the channe[ botto�n is likely atop or �ear the tan limestone in most locations. Report No. A25-21-57 (Re�ised) CNIJ ENGll�IEEI�ING, Itvc. 5 It is also possible the u�per zones of limestane in the exposed natural bottom of the channel may possess zones of clay seams which p�oduced a more eradable candition. With the limestone being present in tF�e exposed channel bot�om, erosian progression has likely accurr�d at a relati�ely slow rate over many years. The exasting channel ca�crete sidewalls mastly appear in reasonable candition far their apparent age; therefore, slope slippage on excess horizontal #orces acting on t�e sidewalls does not appear to be problematic. In additian, laboraiory t�si results indicate relatirrely gaod material from a strength standpoini to inclucEs appreciable limestar�e content. As a result, it is reasonable to repair ihe channel using simila�- side slopes. Repair of th� channel bottam will require re-grading the boftom soils or passibly importing of soil if attempting to re-esfabfish the original channel filowline, and placernent of an a�propriafe erosian control system as dictated by channel flow ��locities (s�e Table 5.5-1 for soil particle sizes for erosifln analyses). Alt�rnati�ely, either a gabion botfom ch�nne! liner may be placed atop re� worked and replaeed soils ar a rock base may be installed upnn w�ich a battam chan�el concrete liner rnay be placed. Some re-working of materials in the channel bottom could be required to remo�e any soft soils or silts which may be present and to fill �Qids, in accordance with Section 5.0. 4.2 Excavation Dewatering While nnt encovnter�d in the bnrings, ground-water conditions can Wary with seasonal fluctuations in rainfall. Failure to control any encountered grourrd water could result in an unstabi� trencf� sidewalls and bottom where limestone is not present. Ground-water, if encountered, should be maintained at feast two fieet below the base of the exca�ation for the fulf terrn of construction. Prote�ction of the open exca�aiitins should be pro�ided during periods of maderate to heavy rainfall, as surFace water will most likely channel and coUect in the excavations. The water level should be lowered prior ta excavating and should be maintained at this lowered le�r�l until earthwork is completed. It is iikely that seepage rr�ay be cvntralfed by means of callectian ditches, sumps, and pumping. 7h� design of any dewatering sysfem required is the contractor's responsibility. Report I�o. 425-21-57 (Revisedj CMf ENGIN�6RLNG,�NC. fi 4.3 Foundation 1 Ct�annel �iner Constr�c#ion Distressed sidewallsloutfalls should b� remo�ed and discarded. 5ubs�r�ace water should be captur�d and controlled as recommended abave. Any soft soils should be remo�ed and the subgrade proofrolled as described in report 5ection 5.D. This procedure is nvt necessary where intact tan limestone is exposed. To reduce the possibility of permeabie pockets in �oid areas, on-site soils ar s�milar clayey saifs should be usec� to backfill any voids in accardance with repark Section 5.1 and �.3. For a concrete cha�nel bottom option, a uniform rock base is recommended below the cancrete foottom. This roc�C may consist of No. 5T or 67 s#one (ASTM D 448) gradation which is carefully placed at�p the subgrade ar�d rolled twica using a steel-wheeled vibratory roller. If concern exists that fines may enter fhe base through subgrade soils, a filter fabric {Mirafi 140N or equi�alent) may be placed at the svillrock interFace per the manufacturer's recommenciations, A11 new concre�e bottam cancrete shauld be appropriately doweled in�a sidewalf concrete. Water should not be allowed to flow below the compl�ted channel walls or bottom after construction. Periodic inspection of the channel is recommended to be performed to �iew any distress or unusual conditions that r�ay cause distress. �.0 �ARibW�RK 5.1 Site Preparation & Fieid Testing The subgrade should be firm and able to support the construction equipment wiihout displacemenf. Sofi or yielding subgrade should be corrected and made stable before construction procesds. The subgrade should be praof roiled to detect soft spots, which if exist, should be exca�ated to pra�ide a firm and otherwise suitable sui�grade. Proaf rolling should be perFormed �sing a heavy pneumafic tired rollsr, loaded dump truck, or simifar piece of equipment. 7h� proof rolling operations should be obserrred by the project geotechnical engineer or hislher represeniati�e. Priar to fili placement, the subgrade should be scarified to a minimvm depth of 6 inches, its moist�re cantent adjusted, and recompacted to th� moisture and density recommended for fi11. RepoCt No, 425-29-57 (Reviserf) CMJ ENCINEEItiNG, INC. 7 Fill mat�rial should be placed in loase lif�s not exceeding 8 inches in uncompacted thickness. Th� uncompacted lift thickness should be reduced to 4 inches for structure backfill zones �-equiring F�and-operated power cornpactors or small self-propelled compacfors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks af material should be broken do+n�n and fhe fill material mixed by disking, blading, or plowing, as necessary, so fhat a materia! of uniform moisture and density is obtained far each lif�. Vllater required far sprinkling to bring the fill material to the pro�er moisture content should be applied evenly through each layer. Fill mat�rial shou{d be compac#ed to at least 95 percent of the maximum dry density determined by the Standard Proetor test, ASTM D 698. In conjunction with the compacting operation, the fill rnateTial shouEd be brought to the pro}�er rnoisture content. The moisture content for earth fill should range from 2 percentage points balow optimum to 5 percentage points abo�e optimum (-2 ta -�5). These ranges of moisture contents are gi�en as maximurn recommended ranges. For some soils and under some condiiions, the contractor may have to mair��ain a more narrov� range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lif� of fill material is placed. As a guide, one fjeld density test �er lift for each 5,000 square feet of campacted area is recomrr�ended. �or small areas or critical areas the frequency af testing may need to be increased to one test p�r 2,500 square feet. A minimum of 2 tests per lift should be requirec�. The earthwork aperatians shauld be observed and tested on a continving basis by an experienced geotechnical working in conjunction with the prflject geotechnicaE eng�neer. Field testing is a crifiicai elernent in controlling the compacfion ofi fill to limit s�ttl�ment. Each fift sho�ld be compacted, tested, and a�proved befare another lif� is added. The purpose of the field density tests is ta pro�ide some indication that uniform and adequate compaction is being obtained. The actua� quality of the fill, as compacted, shouEd be t�e responsibility of the confracfor and satisfactory resul#s fram the t�:sts shaufd nof be cansidered as a guarantee of the quality of the contractor's filling operations. Repvrt Nv.425-21-57 (Rev9sed) CMJ &NGINEEaING,INC. fi 5.� Ger�eral Slo�e Recomrnendations f'rior to the plac�ment of fill in the areas of the existing slape or scoured areas, the existing ground surface should be stripped of vegefation, roots, o!d construcfion debris, and other organic material. It is estimated tha't the depth of stripping vwill be on fhe order of 8 inches. The actual stripping depth should be �ased on field observations with particu{ar att�ntion given �o old drainage areas and excessively wet soils. The stripped areas should be vbserved fa determine if additional excavation is required to remove weafc or otherwise objectionable materials that would ad�ersely affect the fill placernent ar other cons#ruction acti�ities. Special site preparation proc�dures will be im�erati�e to reduce the possibility of slope sliding, settlement of fill soils, and otherwise undue sail mo�rements. fn eddition, wher� existing slop�s may be re-worked, cuts and fi�ls wilf be required to properly blend new fill materials fa exisiing materiafs. These procedures are outlin�d below, but generally eonsist of pra�er remo�al of existing r�egetation, cancrete lining, or def�ris, proof rolling the site area ta receive fill, benching �ew fill inta the ex�sting fill to pr��ent a direct slide plane at this interface, and general grading at existing, specific erosion and drainage areas. Specific recommended �racedures are pro�ided in this r�port section fa emphasize the importance of these procedures. If these pracedures are adhered to during the constructian phase, the potential #or slides, undue settlement, and otherwise problematic soil mo�ements are greatly reduced. The fvllowing specific reco�-nmandations ar� pro�ided: '{. Grub all areas in which earth fill operations will take place. This requires the praper r�:mo�al and disposal of all trees, brush, and �egetation. It also requires khe gru�bing of all roots in excess of 1 inch and disposing of them properly away fram the site. 2. All organic topsal, trash, debris, or other delet�rious materials should be removed from the fill. Aroy rock fragmenfs larger than 6-inch size should likewise be removed. 3. ln are�as to recei�e fil{, the surface shauld be proaf rolled io lacate any soft or compressibfe materials. Should said materiais be encountered, they should be removed and bacfCfilled with acceptable soil materia[s. A�. 7he fill materials should be placed fram the bottom �eading upwards. The surface soils should be lightly scarified ta allaw bonding of new fill to either natural soils or existing fill. The inifEal fift of fill should be at least 12 feet wide and placed on a horizontal plane. As additianal fill is placed, the fill should b� bench�d into the nafural Repart No. 425-21-57 {Re�isedj Cl�J EIVGINEEAING, INC. E soil for every 1-foot thickness of fill placed. The benches shotald confiinue to worlc uphill to pievent a cantinuous plane from occurring at the new filllold filllnatural sail iRterface. The onsite soil rnay be used as #i11 for re-working of siopes; h�wever, if a mass grading deficit occurs, then nfFsi#e soil should b� brought in as fill to this site. Any off site borraw fill should consist of silty clays, sandy clays, or clayey sands with a Liquid Limit less than �0 and a Plasticity Index between 4 and 30. The�se acceptable sails are classi'fied as CL or SC per the Uni�ed Soil Classificatian System. Clean sancEs, silts, gra�els, and highly plastic clays should he discarded. In addition, fill mafierials shoukd be placed, pul�erized as required, uniformly moistened as required, compacted to those standards listed above and reiterated En Section 5.2, and each lift tested to assure proper com�aaction. Any fill not meetir�g specifications should be reworkedlrecompacted as necessary. ln addition, light scarificatian sF�ould be �erformed on the surface of the accepted fill prior to placing the next lifk of fil3 in ordcr to bond the fill lifits satisfactorily. 5.3 Excavation Limestone is anticipatad to be encountered during exca�afian in the channe{ bottom. The limesiane is very hard {rock basis) and wilf present diffjculty with rippability using normal exea�atio� �quipment. 5pecial techniques for rippinglrack remo�al can be expected through the limestane. In addition, overexcavation should be anticipated within limesfor�e containing weathered or clay seams. O�erexca�ation may result from large blocks or chunl�s breaking a[ong e�ther weathered or clay s�ams beyond the planned excavatian. The side slopes of exca�ations through the overburden soils should be made in such a manner ta pro�ide for their stability during constructiort. Existing structures, pipelines nr other facilities, wi�ich are constructed prior to or during �he currently proposed car�struction and which require excavation, should h� proteeted from loss of end bearing or lateral support. Temporary construction slopes andJor permanent embankment slop�s should be protected from surface runaff wa�er. Site grading should be designed to allow drainage at planned areas wher� �rosion profiection is provided, instead of a�lowing sur�ace water to flow down unprotected slopes. Report No. 425-21-57 (Revised) CM] EF�FG�tvEE�tnv�, Ilvc. 10 Trench safety recammendations are beyond the scape of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excava�ions inclut�ing, but not limited to, OSHA regula#ions. 5.4 Soil Corrasion Pot�n#ial Specific testing for soil corrosion �otential was not included in the sco�e ofi this study. Howe�er, based upon past experience on o#her projects in the �icinify, the soiis at this site may be corrosive. 5tandard construction practices for protecting mefaf pipe and similar facilities in c�ntact wit� these soils should be used. 5.5 Erosion and 5edimer�# Contro! All disiurbed areas should !�e protected from erosion and sedimentation during constructian, and all �aermanent slopes and other areas subj�ct to �rosion or sedimentation should be provided with perrt�anent erosion and sediment control facilif�es. All applicable ordinances and codes regarding erosion and sediment contro[ should be fivllowed. Plates A.7 fhro�gh A.9 present sie�e/�ydrometer grain size analyses for typical onsite soi[s. The fo[lowing tab{e pravides grain size for erosion analyses. Table 5.5-'I Grain 5ize Values Boring No. ! B�� B--2 � B-3 Depth (F#.j �--� 4-5 1 -- 2 Grain 5ize (mm) �so �ss 1 1 i'. Q.0182 0.00�3 6.0 CONSTRIJCiION O�S�RV�1'IONS 7.7256 # .;:: In a�y geafec�nical investigation, th� d�sign recommendations are based an a lirt�ited amount of information about iF�e subsurFace conditions. In the analysis, the geofechnical engineer must assume the subsurface conditio�s are simifar to the conditions encountered in t�e borings. Howe�er, quite aften during canstruction anomafies in tha subsurface conditions ara revealed. Therefore, it is recomrriendecE that CMJ Engineering, Inc. be re#ained ta obsetve earthwork and Report No. 425-2�1-57 (Re�ised) CMJ ENGINEERING, INC. 11 foundation installation and �ertorm materials e�aluation during the construction phase of the project. This �nables the geotechnical engineer to stay abreast of ihe project and to be readily a�aila�le to evaluate unanticipateti canditions, ta conduct additional tests if required and, when necessary, to recorr�mend alternative solutions io unanticipated conditians. [lniil these construction phase services are performed by the project geotechnica! engineer, the recommendations contained in this report fln such items as final foundation bearing elevations, proper soil moistur� condifiion, and other such subsurface related reco�mendations sE�ould be consic�ered as preliminary. 1t is proposed that construcfion phase obs�rvation and materials testing co�nmence by t�e projecf geoiechnica] eRgineer at the oufset of the project. Experience has shown that the most suitable method for procuring th�se services is far the owner or the awner's design engineers to con#raet directly with the project geoiechnical engineer. This results in a elear, direci line of cammUnication hetween the owner and the owner's design er�gineers and the geotechnicaE engineer. 7.a ���oRT cLosu�� The borjng lags shown in this report contain informafiion related to the types of soil encountered at specific locations a�d tirnes and shova lines delineating the interface b�tw�en th�s�: mat�rials. The logs also contain our field representative's interpretatia� of conditio�s that are believed ta exist in thase depih int�rvals b�tween the actual sa�nples faken. Therefore, these boring logs contain faafh factual and interpreti�e information. L.aboratory soil classi�icaiion tesfs were alsa per�orm�d on sampl�s from s�lected depths in the borings. The results of these tests, along with �isual-manual procedures were used to generally classify each stratum. Th�refar�, it should be understood that the classification �fata on the logs o# borings represent �isuaE estimates of classificatians for those por�ions of each stratum on which the full range of laboratory soil classificatian tests were not perFormed. It is nflt implied that these lags are re�aresentatiwe of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water leuefs as they were flbserved during the cflurse of the field work. In particular, water le�el readings have been made in the borings at the times and under canditions stated in the text of the report and on the boring logs. It should be noted i�at fluctuations in the le�el of the ground-water table can occur with passage of time due to �ariations in rainfall, terrlperature and other factors. Also, tl�is reporE Report No. 425-21 •57 (Revised) �l�r �%TGII�IEEI{IIVG, YNC. 12 does not include quantitati�e informatian an rates of flow of ground water into exca�ations, on pumping capacities necessary to dewater the excauatians, or on methads of dewatering excavations. Unanticipated soil canditions at a canstruction site are commonly encountered and cannot �e fully predicted by mere soil samples, test borings or t�st pits. 5uch unexpected conditians frequently require ihat additional expenditures be made by the owner fo attain a properly d�signsd and constructed project. 7herefore, pro�ision for sorr�e contingency fund is recommended iQ accommodate such potential extra cost. The analyses, cancEusians. and recomrnendatians contained in this r�por� are based on site conditions as they existed at the time of our field in�estigation and fur�her on the assumption tf�at the exploratory borings are representative of the subsurtace canditions througnout the site; that is, the subsurFace conditions e�erywhere are not significant{y different from t�Qse disclosed by fhe borings at the time they were cam�leted. If, during construction, different su�surface conditions from t�ose encountered in our borings are observed, or appear to be present in excavations, we must be ad�ised prornptly so �hat we can review these canditions and reconsider aur recornmendations where necessary. 1f there is a substantial lapse of tirne between submission of tf�is report and #he start of the work at #he site, [f conditions hau�e changed du� �ither to natural causes or to construction operations at ar adjacent to the site, or if structure locations, structural [oads or finish grades are changed, we urg� that we be promptfy infarmed a�d retained to review aur repnrt to determine the applicability of the conclusions and recomm�ndations, considering th� changed conditions andlar tirne lapse. Further, Et is urged that CMJ Engineering, Inc. be retained ta re�iew #hose por�ions of the plans and sp�cifications for this particular project that pertair� to earthwork and foundations as a means to determine whet�er the plans and specificatians are consistent with t�e recommendations coniained in this report. In addition, we are a�ailable to obserrie construction, particulariy the compaction of structural ffl, or ba�[cfill and the construction of foundations as recommended in the report, and such other field observations as mighf be necessary. The scope of our services did not include any environmental assessment or investigation for #he presence or absence of wetlands or hazardous or taxic materials in ihe soil, surface water, graund water ar air, on or below or around the site. Report No. 425-29-57 (Re�ised) �1VIJ ENGINEERiNG, I1VC. 'i 3 This repork has been pr�pared for use in developing an overall design concept. Paragrapi�s, stafements, �est results, boring logs, diagrams, etc. should not be taken out of cantext, nor ufilized without a knowledge and awareness of their intent within the a�erall cpncept of this report. 7he reproductian of t�is repork, or any part fhsr�of, supplied to persons other thaR the owner, should indicaie that tF�is study was made for design purposes onfy and that ��rification of the subsu�Face conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilifies o# the cflntracfar. This repart has been prepare�d for the exclusi�� use af Alan Plummer Associates, Inc. for specific applicafion to desig� of this praject. The anly warranty made by us in connecfiion with the services provided is that we ha�e used that degree of care and skill ordinarily exercised under similar condifions by reputable members of our prof�ssion practicing in the same or similar loca[ity. No other warranty, expressed or implied, is made or intended. �*** Report Na. a25-21-57 (Revisedj ��r ���r����xNG. ���. 14 . „h _ - �,�,- ; - � - � i�, ; .� . �:,a+,.= ;�, } _ - . . . 4 x ,. . T1 lM.�` I. , ++�, �i { ' � ���` �,.. la �` , Y. _ . . �i . . . � .� � �. - f I � �� . +A* ` . . i�' 'r�. f � •��� �'��� ;t `t' ���� ��� ��Yi �.`' . '� � � .�� . � � .�. ► � i. � • ! ; + .. ~_ � .�4 �(.� ��'a� •,�--� +,F=-a=' , �. �� '` . . r+�� "�A. � '�; � y� � - y�f' �� � t. ,='��� ,� - . s " �/ Y � ♦ r I T R/�r� I':'� � � � � � � � ,_ �,`�-. ' r. -�_ S . 3 _ /� � _ ,�' � � � � � ` 4� - . �� '.t r '�_ �'. .r ,'�, �, � _- � ; ,i � � "�—• �� f i �;+ ti '!�' •�► �` , "•� � , ,~ - �� _` z , � ,� ,��_ ' _ � . , .�.�, ;�.:3,_ 1 .•,�- � - - `a • � r � , �R , �- i ,,,, � � +� �5=• t= � " ,- '#� � "'��r - - • - _ ,,v� � ��V �= `, �� . } . � ,�'! ��„% % . . e ti• 'ti.�a�{•�� /� '��{ ' t, � � ' _ . ' . � � -`*'� i . '� f �� i *� � � � � � ;, . - � � �,• ,=�.� � � 'L-'�- ,� �ti�= - �� + d � � �J � w .� y"^, J� �� ��� � ' � �� � ��� � P �'�i �j�'�, 1, ' 7 � * f t . +�� �" ��1�,.��'��� } �y . .�7 � � � ��_' � f �� f` i � � � _ � , �tv�i't �� ' ` ' . .*"�_♦ -, �9-' � '- � 'r / � ! - +•.�• �� y•: � y_y'' '. .�wf� E�y J� �} . I � � � ��"'4 {"� ' � � i '� � - �� �, �+;� , t _ ,r,� �, � ':� . � .4 a�► - �?..r_ - ` �"'� � "Y ,�� t� '�;:-� • :,�' � ,,.,,�1ip �-.'� +� � _ , t�`° =►� .. - ;,� " . -;. a � `. -i ,� � � 1�'-� �� - � � ' r . } � v��:�rY .•��� i' _ `��r � � ' ,► _�` tl'" 'C .i,•--_ b _ �R �. -��- � � , ,;,• -_�� _ r � � �;' � "�� ,,� , . •+_ ��' ,� �• ,rs' R�4'rTy � � "x '� � 3 - .' �� t • :;�Y�� ' ' .e-� r 'I�1� f?' Y� :,. ,+1. , , '. , �F ' � � ,�1 I +,� ' ` .ti � _s��;-r '� � ,-'�— . � - � �'��� � ;�` �',�- . �� . �- �� ' � `�=J �`6`� �; � � i `, .� '� �,Y *nY .t' � i , ���� �tl'L� �ryw��d��,���. sr ,� "�' + 1 � � � . ,r� - - _ '_' - 1 s� a . ` "'L, + �. , _ '�,s � —� _ .' , �- i -'� .l! � '-��11� r ' i�f` �� � i � .�j� a{ # � ` � �4_ �� Y � . �� _ ' 1- ��� �� t�� •�t`,} . �L �,,., _. � V �: � � � - • - ' �.°y -*�� � .._ } ! .t������� � * _` � � 'S _ _ h.'�� — _ —#. �� � � �� �+I�r v - • • , '^- ! ^�� * Y . � ,�,y ��` �, Jj � ti�� ' ��� 'S�.r� _ _ s _`f ��-y�il'�C):JRGt: ���L�GLEEF.RTI4 -�21.IMAGERYo3�l_-'�1li412C2C - — = i - � PLAN OF BORINGS n�' WESTCREEK CNAIVNEL MAlNTENAIVCE ����������������" I��" � rn FORT WDRTH, TEXAS CMJ f�ko�Ecr No. 425-2l-57 (RFvrs�n) Major Div9sions sym: 1'ypical Naines `m �, �' �n m ca n� � .N N ` O c rn � o � � p ,� U , N � � m m �n .�J ""' � U � � � � ,� m� � � c� � L � a � � Z � � N � � � E � C � "'' � N m c � � �� u� � � � •c� `*- •a � � � � � � � � � Q � � '� C7 a � � �. .� � _ �iQ � t" N N � � � � � � (� G (� � (R N C d �� � � � v � � o O V •N � m U � m � � � '� N � � m• � � � p 'd' O N ,� O y � � o � m � ^ � � o E � � � � � c�o� ��c � u� � `� � '� � in a. � � 0 � � � T .0 c� � � U N N � � m =� o �n � N "' �= O �� Z � � c � c� r •Q `m N � � � C N O �N •y � G rn ;c� � � � N � Ii. � c� � � U � o � w � � �r � ,� �� m � =' � � � '� � o � � ?"� vf r oa ay'o �O � Laboratory C�assification Criteria We[l-graded gravels, gravel- v z ,�W sand mixfures, little or no `� C��� greater than 4: C� ��30� between 1 and 3 N f1nEs 'o p,o bto X °ao m � U rA Yf pp Poorly graded gra�els, gra�el •� � � � GP sand mixtures, little or no � u�i � y Not meeting all gradation requirem�nts for GW fines � a v � o ��� U ��� Liquid and Plastic limifs GM ��Ity gravels, gravel-sand-silt � �? :� below "A" line ar P.I. Liquid and plastic limifs mixtures z� ?� greater than 4 p��t�ing in haiched zor�e �� : u, b�tween 4 and 7 are �r ; � �' borderline cases N o ; � Liquid and Plastic limits GG ��ayey gravels, grar�el-sa�d- �c N ; m above "A" line with P.I, requiring use of dual clay mixt�tres �� Z : c_ symbols � � : � greater than 7 `� : � E� o �. : o �W Well-graded sands, gravelly �� '� ���p80_ greater than 6: �G -(o����— belween 1 and 3 sands, little ar no fines �� ,o o x d � � t0 80 � O '� � : : Poarly graded sands; � � }, � ; 5P graveily sands, little or no c y � � ': Not meeting all gradation requir�ments for 5W fir�es � � �, Q ,�; � o �N � u7 N � `- U �� �� m Liquid and Plastic iimifs s� Silty sands, sand-silt �� N�,� N below "A" line or P.I. less Liquid and plastic limits f3'llXfl]fB5 � �n N r � Q d� o fl than 4 plotting betwesn 4 and i fl. o����n are bQrderline cases .� �' b Liquid and Plastic limi#s requiring use of dual 5C Clayey sands, sand-clay ��� above "A" line with P.I. symbols mixtures � � � greater than 7 no � Inorganic silts and �ery fine M� sands, rock flour, silfy ar clayey fine sands, or clayey silts �itF� slight p�asticity Inorganic clays of low to �� medium plasiicity, gravelly clays, sandy clays, silty clays, and lean clays OL MH CH OH 6� 5C Organic silts and organic siliy q� clays of low pEasticity � � .D3� Inorganic silfs, micaceous or :N diatomaceous fine sandy or � silty sails, elastic silts 2n Inarganic clays of high pEasticity, fat clays Organic elays of inedium to high plasticity, drganic siffs Pt Peat ancE other highly organic soils CL �� 4�'i'sl.`��:� � ML a id DL V 0 'i 0 20 30 40 / �0 60 �a so sa ioo Liquid Limif Plasticity Ghart UN[FIED 501L CL.ASSf�ICATION SYSTEM PLATE A,2 SOIL OR ROCK T`YP�S � � GRAVEL �/�LEAN CtAY �IM�STQNE � 4 �/ •� � � � � � o • �SAN❑ � • o SANflY - � SHALE oo�� o -- JS1L7 I SILTY ;^. SANDSTONE � CLAYEY � p�sT C CLAY CONGLQMERATE X � Sheiby Auger SPlit Rock Tube Spaon Care TERIVIS DESCRIBING CONSIS7�NCY, CONDI`CION, AND STRIJCTURE OF 501L Fine Grained Soi1s {�o�e tnan so�im Pa���g No. 20o s��ye7 Descripti�e ltem Penetrometer Fteading, (tsf} Soft 0,0 to 1,0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5* Coarse Grained Soils ��nor�tha� so�i, R�ain�a o� r�o. 20o s�e�� Penetration Resistance Descripti�e Item (bl owslfoot) 0 to 4 Very Loase 4 to 1 D Loose 10 to 30 Medium Dense 30 to 50 Dense O�er 50 Very Dense Sail 5tructure Relative Density o co 2ap�6 20 to 40% 40 to 70°/v 70 ta 90% 9p to 100% Cane No Pen Recvvery Calcareous Contains appreciable deposits of calciurn carbonate; generally nodular 5lickensided Having inclined planes af weakness #hat are slick and glossy in appearance Laminated Composed of thin laye�s of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of altarnaie layers af different soil types, usually in approximately equai proportions TERMS �E5CRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degre� of Cementation Very Soft or Plastic Soft Moderately Hard Hard Very Hard Poor{y Camented or Friable Cem enied Can 6e remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife; cannot b� scraiched with fingemail Difficult to scratch with knife Cannot be scraiched with knife Easily crumbled Bound togetl�er by c�emically precipitated materia[; Quartz, calcite, dolomi#e, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state �efore being exposed to atmospheric agents 5lightly Weathered Nn#ed predominantly by color change with no disintegrated zones Weaihered Complete color change with zones of slightly cfecomposed rock Extremely Weathered Complete colpr change with consistency, texture, and genera] appearance approaching soil KEY TO CLASSIFICATION AND SYf1flBOL5 PLAT� A.3 Pro'eck No. �oring No. I'ro'ect C� ENGINEHRIPIG INC. � i I 1 WestcreeEt Channel Mair�Eenance 42��21�57 � ��� Wes#creek Dri�e tn Peggy Dri�e � Forf Worth, Texas Location Water Observations See Piate A.1 Dry during drilling; dry at completio� Completion Completian Qepth 30.0' �ate 7-20-21 5urface Eleva#ion Type � � � B-�t7, w! CFA �. a � .�..' � ¢- fl- T R � �� O ' � j _ / � J -5 -1(� � �5�—_p - 1— - t—�- 2� - -� - -�� I--- L�. �2�� _� r -- - t-- -3�-- � �fira�um �e�cription 51LTY CLAY. dark brown, w! limestone fragments, gra�el, and calcareous nodules, hard (FILL) -wl asphalt fragments above 1' -wl tan and hrown below 2' -w! abundant grauel, 2' ta 3' LIAA�S70NE. tan, very hard SHAL�, gray, maderately hard -wl limestnne seams and layers below 18' � � � F ❑ [7 � � U � � C7 � � NJ ln n v [� z a � I w a o LOG OF BORING NO. F��'� o, � N C u- 4� z e �� � y Q � � �Q � � c y fn ' Q �Ti�� � aj -o� U� �� y c OV � E� U � � �� � N ^ N w C'1 o m� m.� a� �a � �aa o o 'c� � o Q � � ma� �cn �� a:� a� �U �� aUa 4,5+ 10 � 4.5+ 48 16 32 9 � 4.5+ 10 197 1706L � 4.5+ 68 9 l 4,5+ 69 49 16 33 8 121 � � � $ � h O�Ifl.25' � � �f 0013.25'` � � � � 100I2.5" � � I hoaiz.z�' I i � � 1 flQl2.5" ����� ,�.� Project No. Boring Na. 425-21-57 �d� Location See Pfata A.1 Campfeiion Cnmpietion �epEh 30.0" bate ']-ZO-29 Surface Ele�ation u. �, u . � � � a�i }' tER � � � —� —1 � —1 --- '" -L — - - �-- —20�- = � - �__ �.-25 � = � - -�—_ —30--� — � Project C� �NGINEERINGINC. -7 Westcreek Channel iVlaintenance � Westcreek Drive to Peggy drive � For� Wor�h, Texas Water Ohservations Dry during drilling; dry at completion Type B-47, w! CFA �tratum �escr�ipfion Ci�,4Y, dar{c brown, wl calcareous nodu[es and ironstone nodules, hard -�rades brown, wl limestane fragments, stiff io very stiff below 3' � �SILTY CLAY, light hrown, w! fractured limestone seams, limestone fragments, ironstone noduEes, � and cafcareous nodules, very stiff � LI14lIES70NE, tan, wl c[ay seams, hard to very hard SFIALE, gray, wl limestone seams, moderaleiy hard 0 0 � N C� .. . o� � o �� ��� r'r I1 �� a o C� �� ' �3� � 7 C �� C�-6 L% �j�� �� ��- - X t11 QU Q O.G L� C � 7 �7 = N= V7 dl N C, vy U E 7 W C! a w� m� �E �a E�o a o o c� c o 0 rx � ma� acn JJ a� a��U »�Ua 4.5+� 22 � � 4.5+ 17 104 589d � � 4.5+ 62 2Q �}2 20 105 316Q I 2.75 �0 149 � 3.25 63 63 18 45 17 , � � jl Ofl!'I ,25' � � � I '[OOIO.i2r' I � � � � 'I0013" 1 � � jl Q012.75' h d012.25' � � � � 0 c� � � U � R C7 r 'q N � V :� z a � 0 o LOG OF BORING NO. �d2 P�4i� �.5 � Project �lo. Boring No. 425�2'l-57 ��� Locaiion See Plate A.1 Completion Campletion �eptf� �40.0` �ate 7�20-21 ' SurFace �levation Project Westcreek Channes i�fiaintenance CM� �Nc�.r�rc�rc. � Westcre�k Dri�e to Peggy Dri�e - Fort Worth, iexas Water Qbservations Qry during d�'[I1ing; c!ry at completion Type B-47, w! CFA u- a a�, Q � l6 � Sfiratum �escrip�ion _ �� � CLAY, dark brown, fractured limestone seams, limestone fragments, calcareous nodules, and - iranstone nndufes, hard � -wl calcareous depasils, 3' to �' ,� -grades brown below 4' -stiff 6elow7' � LIM�S7QN�, tan, hard to very hard -1(� -1 � I- SHAL�, gray, w! limestane seams, moderate[y hard _ �- - � — � 2� I �-_ _ .�-- -25-,` = � _' '�-- -30 � — � � �— _ t=_ �3�� �� — t=- � —aa--- ^ � .�..� � _ m -- �- = ❑ c� -� � U � a t� � � � � N 7 � � a a m ti 0 o LOG OF 60RING NO. J � � i17 N G� O � Z a � � � •N �' � 4 a a � IU += C VJ -3 � � 1� �� a° �� � � a�i �U � ia� . � ' � W C�'J � a�i� m,� a�E m E �� 'o o'c,II � o 0 � cr. `maFj acq �� ci� c�5 �U �� �Ud 4.5+ 3 3 I � b.5+ 76 57 20 37 15 � � 4.5+� 5 I � 4,5+ 14 116 6550 � � 4.5* 17 116 8529 j � � � 2.75 �1 U011.25' � � � � �aoia.�2�� � 69 &1 17 44 20 112I 4750I � I Otl14.25 � � � jl �4I2.75'` � � � � � 10UJ3" � I 0012.251 1 I I � 10U12.5" �03 ��F1�� F�i.� � u� z � z � U � � a P�r�i��� �i�� �6s�rib��ior� �.�po� < < � � �� �_ _� � � ��� � ��� �rn tn tv r ,A' � m 1D0 _ � � ..�. . .� . � .� � .� .. - .� . ..i. . . . I ' I ` i I. .�- . . . . . . . I I f I I I I I I I I 1 I I I I f I I I I I I I I I I I g� i i i i i i i i i I i i i i I I I I I I I I I l l I I I I I I I I I l I I I I I l! 80 I i I I I i I I I { I l I I ! I 1 I I I I I I I I I � i ! I I l I I 1 I I I I �'o I 1 I I I I � I I I I� — I I I I 1 I I I I I I��� I I I I I I I I I I I I � so I —�I l I I l I I— I I I� � I I I f I I I I I I I I 1 I I I I I 1 I l I I I I 5a l I l I I I I f I I 1 I � I I l I i I I 1 1 f 1 I tL 1 I 1 I 1 i I I I 1 I � ao I l I I I I I I I I � I I I I I I I I 1 I I I I � I I I I I � I I I I I I I I � 3o i I I I i I I I ; ! I I I I-- I I I I I I I f I I I I I I , I l I I I I I 1 I I I I l 1 zQ I ; I I I I I ' I I I I i I -- I l 1 I I I 1 I I I I I I � i 1 I I I l I I I I I �� I � 1 I { I I I I I I I I 1 I I I I! I I �i I I I i I I I I� I I! I I I I I l I I I p I��k I I I I�� l I I { I� I I I I O.i1 D.Q4� °/p +3�� 0 X LL 0 0 GRAIN SI.ZE - mm. % Gravei % Sand Coarsa F'in� Coarsa Medium Fine Pl. DRr, I �Fh d50 a.azsa o.ao4� Mat�rial �escription Praject No. 425-21-57 Client: A]au Plu�uner Associates Project; Westc�•eek Cha►�aeI a Depth: 3-4 5ample iVumber; B-1 C[V�J €NGINEERING, [IVC. Fo� Worth. Texas �3n b�r� 4. Q016 % Fines Silt Clay 24,7 �}3.3 b�0 Cr. Cu LI5C5 AASHTO Remarks: t PLAi� A.�' 144 ' ' ' 90 so 7C w so z � z 5a � U � � aa 0. �o zo io 4 % �,a�� �a�ticl� ���� �r��ribu�y�n R�per� � C C � ��3 N Y I �I I I f I I i I I I l I i I 1 I I I l 1— I I I I I I I 1 I I i I I I I { I I 100 O �.0 � LL PL 0 63 18 0 GRAIN Sl�E - mm. % Sand °/a Fines Caarse Medium Fine Si[t 6,6 8,5 10.5 24,8 D�� n31� a�� o.a18z a.002o Materiai Description I'roject No. 425-21-57 Gliet�t: Alan Plummex Associales Proj�ct; Westc���ek Chanttel o Depth: A�-S C � � a4o �� „ c� � � 3�` "� � � � � �' ,�,� . . � � . i i i r .�_ .. . . . . . . l�� I I I I ] I I I I\�I I I I 1 I I i i �� ! ( i I I l I I I I I I I I f I I I�� I I I I l I I I I � I I I I I I I I I ! I I I I I I I I� I I I I I I I[ I I�'I� I I I � I I I i I I�(, I I I I I I I I I� I I I ! I I I I--t- � 1 I I I I f I I t � 1 I I I l 1 I I 1 � I! I -I I I I!— I A I! I I l I I I I �_ I 1 { I I I I I I �� I I I I, I I I I � t� i i i � i i i i i I I I I I I i I I � I I I I I I I I I f I I ! I I I I I I I I I I I I I I I I I I I 1 I f ! I I I I I I I I I I! I I l I I 1 I i h � i � i i i� I il I I I I I I I I �I I � f I I i I I I I i �(� �i �.- a, �4 a.aoi % Gravei Coarse �Ene OA 11.5 �R� �6ff 3.295$ fl,055�k CM.] �AICiN�ER1RIG, WC. Forf ld1!lor�h, T�xas Sample Number: B-2 Ci1y 38,1 �10 — Cr_ Ct� USCS CH AASHTO A-7-6(26) Rem ar�cs; Pl�AT� �.8 ��Q _ . . I I I 90 � I so I �a I� ��r�i�ie �i�e �i�tribu�ion R�po�t c ,� � "� N � _ +. . .� I I I I I I I I I 1 � so 1 I w � I I � I I z 5o I I � I l � l I � ao I 1 I 30 � � � � � 20 � { � � f I i0 � I I I I I � � �od� o�,F3n 0 0 0.0 )( LL PL 0 57 2Q 0 � C c� o 0 0 \ `C' � � � � � � � � � � � 1 �r"'T"'���. ! I ' I I � - � . . . . . . . I I I I � I I l I I I I I I I I I I i i i i i � f' f i i i I I I I I I� I I I , I I I I I I�I l ' ! i I I I I 1� I � I I I 1 I l I I I�� I I I I I I I I I I � I I I I I I 1 I f I I I I l I � I I I I I I I 1 ! I 1 I I 1 I I I I I I I I I I �� f! I I I I I I I � I 1 I I I i I I I � I I I I I I 1 I I I � I I I f I I I I I I I 1 I I I I I I I I I I I �I I I I I I ' I I I I I I I 1 I I � � � � � � � � � � � � � � � � � � � � �. � f � � � � � � � � � � � � � � 1 I I I{ I ! I I I I I I I I 1 I 1 I I I f I { 1 I I I I �I I I I i I I I I I l I I I I I 1 I I _L_I I [�I � I I I I � 1..� � o. �� I I I a.001 t 6 GRA1N SI�E - mm. _ % Gra�ei % Sand Coarse Fine Coarse Medium Fine Q.0 0.6 I.4 5.9 1 6.� pR5 �so ��'[1 �3� p�t5 0.1977 D.013& OAU53 l�lateriai Description Praject Na. 425-21-57 Client: Alan Plummer Associ�tes Project: Westcreek Channel o pepth: 1-2 Sampfe �furrtber. �y3 CMJ �NG�N��.RING, INC. F'art Worih, iexas � % ��CI�S Sllt Clay 26,9 49.2 Dq p Cr C�l— USCS CH AASHT� A.-7-d(28} I�.emarks: PLAY� A,9 � — ' i � -o.osi . . . , s000 . . . . . . . . . . . . . � Ftesults � � C, psf 2007 ! -a,o2 - �, deg OA � Tan(�) �.00 I � I . . . . . . . I � � I � -n.a�' R aaoo i I � � - - — �; � � N . ro �NaWn �/- ' - ' � � � � � a 1 � I � �� L � ❑ � ConaaLl 1 � I n ' � � n.0� �` � I N �00� � � dA2� ` _► � � I � I � � I I � � I i- p � I 0.03 0� �.5 �� I�.�' �z �oao 400� sfl fo Strain, % Normal Stress, psf snoo . . . . . . . . Sampie No. 7 2 Water Conient, °/a 7.9 7.9 25aQ - — Dry bensity, pcf 127,5 121.0 .� Safuration, % 70,3 5G.9 2oDo -� ' I — � Void Ratia 0.2973 0.3668 ¢. Diamefer, in. 2•A7 2•47 � � �� , ��'� Heipht, in. 0.96 D.96 � 1500 \i 2 Wafel' Cp�i#eTl#, % 109 I3.7 � � Dry Density, pcf 127.5 121.0 � loo0 1 �_, I � Sakuration, % 95•8 98•5 � � i ` � Q Void Ratio 0.2973 0.3668 � � � IJiameter, in. 2.47 2•�47 fi00 �_ � I H�iqht, 1n. 096 0.96 i 1 Norrnal Stress, psf 1000 3000 � Peak Shear Stress, psf � 2246 1825 Q a 10 z� 3a �a Strain, °/n 2.1 5.3 8tra�n, % Residual 5tress, psf Strain, °� Sirain rate, in.lrnln. 0.040 0.00� Sample Ty�e: Shelby'I�xbe Clien�: Alan Plnsnmer Associates qescription: Project: Westcreek Channel LL= 49 PL� I6 PI� 33 Assurned Specific Gravifiy- 2.65 Sample Numher: B-1 Dep#h: 4-S Remarks: Proj. No.: 425 21-57 DlR�CT SHEAR T�ST REPORT CMJ ENG{NE�RING, INC. �,�ATE �►,'[0 . i Fart Vl�orfih, Texas � . � -O.R3 � . . . . . . . . . . . . . 6p001 . . . . . , . . . Resul#s C, psf S93 -o.a2 � 1 , �, deg 19.0 � / � � Tan(�l 0.3�} � / � � f w. I c -D.03 � � � 4000 a � :a � � 011atian ,/� � �" 2 N — � p � � ❑ � .aC � Canw6l -_ (n � / I ! _/ � � 4.07 � a� 2004 �� a r�_' f � o.Q2 i � I � pl 4,43L__— F 0 �DtlU �+O;�U fQ d � 4 5.5 11 �f,.� 22 5train, °lo Normaf Stress, psf 3000' . . . . . . . . . � Sa�nple No. 9 2 i i � Water Cont�nf, % 7.9 79 , 25ooi bry Density, pcf I27.5 121.Q i � 5aturation, % 70.3 56.4 � 20�� � Void Ratio 0.2973 Q.3668 i piameter, in. 2.47 2.47 � i , I Z Heiqht, in. 0.96 Q,96 ��5o�1 � � WaEer Content, °Jo J 09 13.7 � / I� Dry �ensity, pcf 127.5 f2]..0 t�n � T n"'i Sakuration, °/a 96.8 98.6 � 1000 f .� I— - ��` � Q Void f�atio Q,2973 0.36�8 j�� i ] Diameter, in, 2,47 2•47 soo �I Heiqhf, i�. 0.96 �.95 _ , 1 Narmal Stress, psf 1000 30�0 � Peak 5hear Siress, psi 937 ] 625 � �� 10 2I 3p— o Strain, % 201 20.2 Strain, % Residual 5iress, psf Strain, % 5frain ra#e, in.lrnin. O.Q25 0.025 Samp�e Typ�: Shelby Tube Clienf: AlanPlummei°,A.ssociates �escription: I PCoject: Westcreek Channel L.L= 49 E'L.0 1G PI= 33 Assumed 5pecific Gravity= 2,b5 Sample Number: B-1 Depth: �-S RES Remarks: . Proj. No.: 425-21-57 DIR�CT SH�AR TEST REPOR�' CMJ ENGIN�ERfNG, iNC. �LAi� A.11 � F'art Wor�h, Texas s p� _ � . ^O.UU,J' � � . . . . . . � � I -0.006 I i � / � � i ,� '� -o.00s � d ro on�vo� n � .,`L ' I � � Q "' R I �l p cansot � � � ,_ � - I � j O.Ob3 � ,s i � -� � I �O.OD6 � � �,�- o.aos a �.� 1� ��.s - z� 5train, % 1600 � . . . , Sample No. i�f_'� -+ ' ` Wc�i81' COCi�@ilt, °�a �z5a�-� '� _____ pryDensity, paf t 11 z .� 5aturation, °% l000 I; � i � Vaid Ratio o. �� . � \ � Diameter, in. n � '. � Heiqht, in, � �5D j � � \ Water Cantent, % � � � 3 pry �ensity, pcf � soo \ � � . � Saturailon, % " � � { Void Ratia �iameter, in. 1 � Heiqht, in. I Narmal Stress, psf � peak 5hear Stress, psf '� 5train, % Residual Stress, psf Straln, °10 Straln rata, Pn,lmin. Client: AianPlumnaerAssociales 25D� I I � i] 'i0 20 '�0 � Strain, °/a Sample Ty�e: Sl�elhy Tube Description: LL= 62 PL� 20 PI- �2 Assurr�ed Specific Gravity = 2.55 Remarks: � n . �oao �a �t � so �o iVprmal Stress, psf Ir ►� -r`'� • �� � I - Pr'ojeCt: Westcreek Channel 1 2 3 ] 9.7 19.7 19.7 105.1 144.9 107,8 91,0 90.5 97,8 0.5743 0.5775 0.5342 2.�47 2,�47 2.47 0.96 0,96 0.9b 2I.6 2i.5 20,0 I.OS.I 104.9 107.8 99.8 98.8 94.3 0.5743 0.5775 O.S3�-2 2,47 2.47 2.�F7 q.96 0.96 0,96 iaaa aaoo 3000 $55 13$8 1Q93 1.9 �.0 �}.9 o.aao o.000 o.aoo Sarnple Num�er; B-2 Depth: 2�3 � 600o I Results ; C, psf 873 ! �, deg 6.8 1'ari(�1 0,12 �- 4000 � a� i � I � � I � I � I x � � �OflO J Pro�. No.: 425-21-57 DIR�C�' SH�AR TEST R�PORT CMJ ENGINEERING, INC. Fort Worth, Texas PLAT� �e.7Z -OA� i . - ' 6000 R�SUIts - I � C, psf 103 � -0.02 �, deg 29.4 � Tan(�) 0.56 � i. . f � 2 4.. ! � -4.01 l � Q qb00i o /�/' I � I � pnaunn I � � (` I �=� � � ' € O� 3 � � �� � I � � consol.l - - I (�f� ' � - � � o.o� � znoo � � � �- � / _ i � a.oz i - I a� �� I o.os o _ _ _ �.e �� � b.: �z o � !oo� �+boo Ea �o Strain, °/a Normak Str�ss, psf 3000 � 8ample No, 1 2 3 Watar Content, °/fl 19.7 19.7 19.7 z500 Dry Density, pcf 105.1 1b4.9 107,8 � 5aturafion, °� 91.0 9Q.S 97.8 zooa � void Rafio a.5743 0.5775 a.5342 n. _� �iame#er, in. 2,47 2,47 2.�7 � �� � 3 Heiqht, in. Q.96 0.95 0,96 � � � 15b0 j ' 2 Water Contenf, % 21.6 21.5 20,0 L � pry l7ensity, pcf 105.1 104.9 107.8 � 99.8 48.8 99.3 � 1 qoo � F Saiuration, % � - ¢ Void Ratio 0,5743 0.5775 0.5342 � .� Diameter, in. 2.A�7 2.4'� 2,47 500 � Heic�ht, in. a.96 Q,96 0.96 � � i f�ormal Str�ss, psf 1QOQ 2000 3000 � j �eak Shear 5tress, psf 577 1406 17a2 � � do 2a � �+o S#rain, °h 20.2 20.3 18.2 Strain, °/a Residual Stress, psf Stfc31R, °�n 5train rafe, in.lmin. O.a2S 0.025 0.025 5ample 7ype: Shelby Tube Ciient: AIanPlumulerAssnciates Description: Projecf: Westci�ek Channel l.L= 62 PL= 20 PI= 42 Assumed Specif'rc Gravi#y= 2,65 Sample Number: B-2 Depth. 2-3 RES Remarks: Proj. No.: 425-21-57 DIRECT SH�AR 7EST R�PORT CMJ ENGINEERING, iNC, Fart Wor�h, T�xas p�A�� ���� GEOTECHNICAL �NGIN]���tINC S�UDY CHAf�N�t R�HABILITATIOP! I��tOJECT 1V�cCARi AV�., ALTAiV1�SA BLVD., 6iH AVE., AND BRANDOiV LN, F'OR7' WORTN, 'i�XAS Presented To: Alan PlummerAssociates, Irac. March 2022 PROJ�CT IVO, 425-21�58 � � � ��i(�9i��'.���"i�� � 1���'ch' ��Sl, 2C?�2 F���c�rE i��r. 42� �9 �5� Alan �'lumm�r Assvciat�s, In�. 732� S. f�niversi�y �rive, Sui�e 300 �or� Wor�h, T���s 7� �+J� Attr�: i1�r. GeQr�e �arah, ?�_ � iC���7T���#�IiCA� ENi�ERI���(�1C� �TU�Y �HANN�� ��HA�[Ll�"ATiC)� RRC�,J��T ��C�1FrT Ai1��, l4�.'i}�i�f�SA �L`1lD., GTH �1��., �►hlC? �3��►i��bN �N. FC7.R� �{�� f H, �`��u ���r 111[r. F�r�h: S�bm3tte� here ar� the r�su�ts of a ge�t��tnic�,l engi�eeri�g �tudy for th� refi�r8nce� proj��t: Ttris stu�y wa� perFearrn�d in c��n�ra! ace�rdane� u�rith ��Ili.l Prt�posal �Q�78F8 (Re�sed) dat�d Nvvember ��, 2�2�3, T�� �ea���hr��c�l 'se�s�s v���� �uth�riz��. vi� A�r��m�nt t'�r �or���It�r�t �erv[ce� wi�� Al�r� Plummer As�acia��, tnc,, Project No. 0�18����0�, d�ated dct�ber21, �a2�. E'��i��erir��# analy��� �r�d �ecol`r7m�rtt��ti�ns �re �t�ntained in �he tea�t secfiar� of lh� ��r�rt. Resulta of our fi�ld and la�,�rat�ry ���ai�s �r� incl�a�ed in the �ppendi�c vf th� r�part. We +�oul� a�preciate the �pp��t�r�iiy t� be �onsid�r�:d for prvuiding the m�#�rials �n.gir��er[nc� a�� gea#e��ni��l a�s�rva'�i�r� servi�;s d�a�ir�c� th� cr�n�tructa�n ���se o# this pr���ct: �1le �p�rec�at� t�� opparEun�ty to be. af se�-uice ta Alan Plumm�r �1s�oci�#es, inc. Fl���e �ant�e� �� if you ha�r� any qus�ti€�r�s ar i� we may be �f fw��r service �t thts �ime. R�spec�f�lly subrn�ed, C1Vl� ENGrNE��t]tNCr �NC '�� r� �.�as��r�ar� �To. �-�i� � fff � � Y �'A � Sappir�gtan IV, F.E Pr�.�id�nt Tex�s Nca. �74q2 � � ���y�� ���1����� ;� � *� � ;,� � #. .��. -:i^iWfR�l�k}i[iaF���F���+f4�aya�aF��a� ��11�'�� C.���P��1is.714J17� F7 � Fni!>Y11�i)R�i�ts�i f# 1 i... i' �� r �i Al'•E�Gr Y�L(f�� ���'�R� �������Q.+.���,� ��,��1Q d4+�����,�a� �cop�e� s�bmi�#�d: (�) Mf. �earc�� �arah,. P.�„ Alar� plummer A�so�iates, �nc. (by mail and email} CNIj �r��in�ering i�3b Pebbte ori�e �: $17Z84.94i3Q FoeL�f�ai'�f1,7�C�Tbil� �: 81i.589.9493 v�vv�r.cmj+�ra�r:c�m iA�L� O� CONi�R1iS 9.0 2.0 3.0 4.0 �,a 6.0 7.� $.0 INTROQUCTIOIV --------------------_.�______�_--------------- FIELD EXPLORATION A�1D LABORATORY TESTING- SUBSURFACE CONQlTIONS ----------------------�------- �X! 571 N G F I LL5 ------------------------------------------ FOUNDA7lON AND CHANN�L. RECOMMENbATIONS EARTH WO RK---------------------------------------------------- CONSTRUCTION OBSERVA7iON5---------------------�-- REPORT GL05URE ------______�...�....___.._..___....__.._.._......_.._�.. P, aqe -1 -2 -4 -9 -9 18 22 22 APPENDIX A Plate �lan of Borings-----------------------------�.._-------------------------------------------------------A.1a—A.1c llnified Soil Classification System----------�---------------------�-�-------------------------------------------A.2 K�y to Classification and Symbols ---------------�.________------------------------------------------------- A.3 Logsof Borings ________________________________________________...._..______.._-----____---------------------------A.4 —A.�7 Partic[e 5ize Distribution Re�aorts------------_______________________________--------------------------A.18 —A.21 Direct Shear Test Reports--____.,___......_....----------------------------------_....__.._..__........__.._..__..___.,-------A,22 —A.29 1.0 liViF�09lJCT[OAl 1.1 General This repark presents the results of a g�otechnical engineering study for the refurbishing of existing drainage channels at four specific sites in Fort Worth, Texas. The McCa�t [ocation (also known as Krauss Baker channel} will eonsist of restoring the 3H:1V channel side slopes and extending the existing outfail, with total length af im�rovements on the order of 650 finear feet. Far the Altamesa location (also known as �dgecliff channel), the existing concre#e-fine channel will be repaired, and the 3H:1V side-slo�es re-established, for a length ofi 1,225 fieet. The drainage channel along 6�' Avenue (also knav�n as Truelson channe!} has experienced significant banlc �rosion along a bend and wifl likely require hard engineering measures for repair along an affected 800-faot reach. Finally, the Rrandon L.ane location {also known as Guadalupe channel) has experienced significanf erosion along the channel bend east bank, and an existing wa#er line is exposed along th� west banK. Approximately 500 linear feet of chann�l restoration is planned, with hard engineering measures as r�ecessary in select locations. Plates A.1A through A.1c, Plan of Borings, depEcts the project sites and locations of the �xploration borir�gs. 1.2 Purpose and Scape The purpose af this geotecf�nicaf engineering study has been to determine th� g�neral subsurface canditians, evaluate tl�e snginesring characteristics of the subsurface materials encountered, and pro�ide recommendations and geotechnical design parameters for r�fiurbishing measures to be design�d by Alan Plummer Associates, Inc. To accomplish its intended purposes, ihe study has been cnnducted in the following phases: (1} drilling sample barings to determine th� general subsurface canditions and to abtain samples for testing; (2) �erForming laboratory tests an appropriate samples to determine pertinent engineering pra�erties of th� subsurFace rna#erials; and (3) performing engineering analyses, using the field and laboratary cfata, to de�elap geotechnical recommendations fior ihe praposed construcfian. The design is currently in progress and th� lacations andlor elevatior�s of the struc#ures could change. Exact proposed wall geametries had n�t been esfablishecE at the time of this repor�; once a�ailaf�le this offic� shoukd be contacted for additional rev�ew and analyses as necessary. Furthermore, once the final designs are near completion (8Q-percent to 90-percent stage), it is recommended fihat CMJ Engineering, I�c. be retained to revievv those portions of the construcfion Report No. 425-21-58 CM7 �ENGINEERII*fG,INc 9 documents pertaining to ti�e geotechnical recommendations, as a means io determine that our recommendations ha�e been interpre#ed as iniended. 1.3 Repart Format The text of the repor� is cantained in S�ctions '{ through 8. All �alates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables ofi less than one page in length may appear in the body of the text and are numbered accordi�g ta the sec#ion in which they occt�r. Units used in the repart are based on the English system and may include tons per sauare foot (ts�, kips (1 kip = 1,000 pounds), kips per square foot {ks�, pounds per square foot (ps�, pounds per cubic faat (}�ct}, and pounds per square inch (psi). 2.Q �I�L� �XPLORATION AND �A�ORAYO�Y i�S�l�l� 2.'i Field �xploratian Subsurface materials at the praject site w�re explared by fourteen (14) �ertica! soil borings. Borings B-9 and B-2 were drilled to a depth of 25 feet at th� McCar� (Krauss Baker) site, BQrings B- 3 through B-5 were drilled fa a depth of 25 feet at the A{tamesa (Edg�cliff} site, Borings B-6 through B-8 were drilled to depths of 10 to 25 feet and Barings B-9 and 8-10 were advanced to de�ths of 1 to 2 feet for the 6t�' A�enue (True[son) site, and Borings B-'� 1 through B-13 were drilled to a depth of 2� feet and Baring B-14 was advanced to a depth of 3 fee# at the Brandon (Guadalupe) site. Barings B-9, B-90, and 8-14 were drilled in the existing channel bottoms utilizing hand portable equipment. The remaining borings were drilled at the top of the existing channels using truck- or trailer-mounted drilling rigs. The borings were drilled using continuaus flight augers or direct push methods at the approximate [ocafions shown an the Plan of Borings, Plates A.1A through A.1C. Approximate grot�nd surFac� elevations at the borings locations are approximate as estimafed from topographic information pro�ided by Alan Plummer Associates, Enc. The boring logs are included or� Plates A.4 through A.17 and keys ta classifications and symbols used on the lags are pravided on Plates A.2 and A.3. Report No. 425-29-58 CMJ ENGSNEESZIFVG, INC. � Undisturbed samples of cohesi�e soils were obtained with nominal 3-inch diameter thin-walled (5helby) tub� samplers at the locations shc�wn on the lags of borings. The Shelby tube sampler consists of a thin-walled st�el tube with a sharp cutting edge cannected to a head equipped with a bal! �al�e threacfed far rod con�ection. The tube is pushed into the sail by the hydraulic pufldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penatromet�r, s�aled, and packaged io lirnit loss of moisture. The consistency af cohesi�e soil samples was e�aluated in the field using a calibrated hand penefrom�ter. In this test a a.25-inch diameter pisfion is pushed into the relati�ely undisturbed sample at a constant rate to a depth af 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capaeity ofi the penetrometer is exceeded, the �alue is tabulated as 4.5+. Ta evaluate the relative density and consistency af the harder formations, a modified version of fhe Texas Cane P�:n�tration test was performed at select�d locations. Texas Depar�ment of 7ranspo�tation (TXDOT) Test Mefihod Tex-132-E specifies ciri�ing a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 34D faot-pounds of energy for each blow. This method was modifiied by utifizing a 14a-pound hammer freely fafling 30 inches. Th3s results in 350 foot-pounds of energy for each hammer blow. fn relati�ely soft rnaterials, the penetrameter cone is dri�en � foot and the number of blows requirecE far each fi-inch pen�tration is tabulated a� respect[�e test depths, as blaws per 6 inches on the log. In hard materiais (rock ar rock-like}, the penetrometer co�e is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total af 10Q E�lows. The penetration for the totai 100 blows is recorded at the respective festing depths on the baring logs. Grflund-water observations during and after completion of the borings are shown on the upper right of the boring log. �pon compietion of #he borings, fhe bare holes were backfilled with soil cuttings and plugged at the surFace by hand tamping or wifh asphalt or cancrete as a�aplicable. 2.� Laboratory Testing Labora�ory soil tests w�re performed on selected repr�seniative samples reco�ered from th� borings. In addition to the classification tes�s (liquid limits, plasiic limits, and gradations), moisture cantent, unconfined compressive strength, and unit weight tests were performed. Results of the laboratary classification tests, mo3sture content, unconfin�d compressi�e strength, and unit weig�t Report No..125-21-58 CMJ E[V(GINEr1cING,INC. � tests conducted for this projecf are included on the baring logs. Gradation test resufts are presented in Plat�s A.18 through A.21. Direct sh�ar tests with associated residual direct shear tests were performed within the overburden soils. The shear tests were perFormed in order ta obtain strength parameters of the soils in their existing state. The results of the direct shear tests are presented on Plates A.22 through A.29. The above labaratary tests were performed in general accnrdance with applicable ASTM pracedur�s, or generally accepted practice. 3.0 SU�SUR�/�C� C�N�lTIONS 3.1 Site Ceology McGart (Krauss Bakerl, Alfamesa (Edaeclift}, and 6th Avenue (Truelsonf Sifes The Dallas 5heet af the Geo[apic Atlas of 7exas indicates these project sites are located in an undivided mapping unit which includes the Pawpaw, W�no, and Denton C{ay formations of the Lower Cretaceous age. Given the results of the test borings, the project site appears ta predominately consist of the Pawpaw and Weno geofogic farmations. The Pawpaw formation is appraximately 20 f�et thick and is composed primarily of shaly clays with occasivnal thin sandy lirnestone layers. The Weno F'ormation is approximately 7� feet #hick and is composed of interbedded clays, shales, marls, and limestones, The Pawpaw Weno Denton formation typically weathers #a form residua! deposits of moderateiy to highly active plasfiic clay. Brand�n (Guadalu�ne) Site According ta the Dallas 5hee# of the Geafoaic Atlas of Texas, this project site is geolagicaily located in the mapped outcropping of the Goodland F'ormation of the Lower Cre�aceous age. The Goodland Formafian cons3sts of active to highly actiue cfays o�erlying limestone. Some shale seams are present in the formation. 3.2 5oil Conditions Sp�cifie types and depths of subsurface strata encountered at the baring loca�ions are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in tF�e borings is discussed below. Note that depths on the bvrings refer to the depth from the existing grade or Report No. 425-21-58 CMJ EHG�n'srRiNG, INC. 4 ground surface present at the time of the investigatio�, and the boundaries between the �arious soii types are a�praximate. McCarf (Krauss Bak�r) Site -� Borinas 8-1 ancf B-2 Asphalt paving is present at the surface i� Boring B-1 with a thickr�ess of 1 inch. FiVls are present belaw the asphaft pa�ing in Bo�ing B-1 consisting of light brown silty clays containing limestone fragmenis and calcareaus nodules o�erlying tan limestone gravef with silty clay pockets. The limeston� gravel flf is co�sidered to be �ery dense, with a Texas Cone Penetrometer (THD} �alue of 5'/z inches for 100 hammer blows. The fill ext�nds to a depth of 8 feet. Naiural soils encountered consist of dark bro►nrn, light brown, anc� tan silty clays and clays containing limestane layers, limestone fragments, calcareous deposits, and occasional ironstor�e �odules. Tan higMy fracturad limestane containing clay seams is p�`esent within the clay and silty clay soils from'/z to 4 feet in Boring B-2. The soils encountered at fhe site had tested L.iquid Limits {LL) of �9 to 52 with Plasticity Indices (PI) of 30 to 34 and are classified as CL and CH by the USCS. The various clayey soils were generally hard {sail basis) in consistency with pocket penetrameter readings of over 4.5 tsf and THD �alues of �4�14 to 8 inches for 100 blows. Gray limestone is next preser�t in the barings at depths af 9 to � 1 feet. TF�e gray limestane contains shale seams and layers and is moderately hard (rock basis), with a TWD �alue of 2�/ inches per 100 b{ows. Gray shale is then present at depihs of 11 to 14 feet and cantinues through horing termination af 25 feet. The gray shale contains lim�stone seams ar�d {ayers and is considered moderately hard (rock basis), with THD test values of 2'/a to 4'/ inches vf penetration for 100 hammer blows. Altamesa �Edaecliffl Sife -- Borrnas B-3 throuah B-� Fills are present at the surface in Boring B-5 extending to a depfh of 17 feet. The fills cansist of dark brown clays containing asphalt fragments, limestone fragments, and ironstone nodules ov�rlying tan limestone gravel. The limestone gra�el filf cantains dark brown, �rown, and lig�t brown clay seams, layers, and pockets wE#h occasional calcareous nodules or ironstone nodu�es, and is considered ta be very dense, with a Texas Cone Penetrometer (THD) ualue of 5'/z inches for 100 hammer blows. The fills encountered in Boring B-5 are likely associated with the 27-inc� PVC sanitary sewer line and manhole in this �icinity. Report No. 425-21-58 cMr EH����r�c, �vc. 5 Natural soils encountered consist of dark brown, brown and light brown clays and silty clays. These clay soils cantain cafcareous nodulss and fractured limestone seams and fragmeRts in Barings B-3 and B-a, while shale seams and layers are present within the natural silty clays in Boring B-5. Ironstone nodu[es are also present within the clays in Boring B-4 below 3 feet. TF�e variaus soiis encountered at th� site had tested Liquid l.imits (LL) af 52 to 76 with Plast[city Indices (PI) of 3� to 51 and classify as CH according to the USCS. The �ar�aus ciayey soils are cansidered hard (soil basis} in consisfency with pocket penetrometer readings of orrsr �4.5 tsf. Tested unit weight values ranged from 'i06 to 916 pcf and tested unconfined compressive strength �alues were 7,850 to 24,350 psf. Tan limestone is next e�countered in Barings B-3 and B-4 at depths of S�n 10 feet. The ian limestone occurs fractured in Boring B-4, confains accasional clay seams and layers, and is cansidered hard to very hard, with a THD vafue of 1 mch af penetration for 900 hammer blows. Gray limestone is r�ext present below the tan limesione in Borings B-3 and B-4 at depths af 12 to 14 €eet. The gray li��ston� contains shale seams and [ayers and is moderately hard to hard (rock basis), with THD �alues af 1'/S to 2'/2 inches per 100 blows. Gray shale is next present at a depth af '{9 feet in �oring B-5. The gray shafe contains limestone seams and layers and is considered moderatefy hard (rack basis), with a THD test vafue of 53/a inches of penetration for 1Dq hamrner blows. Borings B�3 thro�agh B-5 were terminat�d within either the gray limestone or gray shale at 25 feet. 6th Avenue (Truelson? Site — Borinps B-6 throuqh B-90 Asphalt paving is present at the surfac� in Borings B-7 and B-S with th�cknesses of 1%2 to 4 inches. The asphalt is underlain by 6"/z inches of concrete i�n Boring B-8. Crushed stone base with a thickness af 10 9nches is present beEow #he asphalt pa�ing in Boring B-7. Fills are pr�sent below the asphalt and cancrete paving in Baring B-8 and afi the surtace in Bori�gs B-6 and B-1 Q. The fill extends ta a depth of 6 fieet in Boring B-8 consists of tan clayey sand with gra�rel and are fikely those associated with the existing box culrrert near this boring Eocation. Fills in Borings B-6 and B- 1D �xt�nd to depths of 1 to 2 feet and consist of dark brown and brown clays and silty days containing gra�el, Gmeston� fragments, ironstone nodules, anc[ calcareous nodul�s. Natural soils encount�red consist of dark brown, brawn, and light brown silty clays and clays containing �arious limestone fragments, calcareous deposits, calcareaus nodules, iranstflne Repark No. 425-2�1-5$ C3HiT �NGiNHERING, ING 6 nodules, and iron stains. Fractured limestone seams are pres�nt within the clays below 6 feet in Borings B-6 and B-8. Gray shaly clays are next present in Boring B-8 k�elow 9�4 feet. Borings B-9 and B-10 were termir�ated upon refusal of t�� hand portable equipment atop limestane fragments or layers at ckepths of 1 to 2#eet. Th� soils e�countered at the site had tested Liquid Limits {LL} of 37 to 75 with Plasticity Indices (PI) af 2) io 56 and are classified as CL and CH by the LJSCS. The �arious clayey soils were generally stiff to I�ard (soil basis} in consistency with pocket penetrometer readings of 9.5 to over 4.5 tsf. Tested unit rrveight values ranged from 92 to 122 pcf and tested �nconfined compressi�e strength �alues were 3,260 to 17,360 psfi. Tan limestor�e is next encountered in Borings B-6 and B-7 at depths of 5 to 8 feet, The ian lirriestone contains occasional clay seams and layers, and is considered mocferately hard to ��ry hard, with THD test �alues of �/2 tO G3/ inches of �enetration far 10Q hammer blows. Boring B-6 was terminated within the tan limestone at a depth af 90 feet. Gray limestane is nexf present in Boring B-7 at a depth of 13 feet. The gray limestone is cansidered hard (rock basis), with a THD value af 1'/d i�ches per 100 blows. Gray shal� is then present in Borings B-7 and B-8 at depths of 96 to 20 feet and contin�es through boring termination at 25 fe�t. 7h� gray shale contains accasional limestone s�:ams and is cansidered moderatefy hard {rock basis}, with THD test valu�s of 2'/z to 5 inches of penetrafion far '{ 00 hamm�r blows. Brandon (Gu�dalupel Sife -- Borinps 8-91 fhrouah 8-14 Asphalt paving is present at the surface in Baring B-13 with a thickness of 5'/2 incF�es. Crushed stone base with a thickness of 10 inches is present balow #he asphal� paving. �ills are present afi the surFace in Borings 8-12 and 8-14 ex#ending to depths of 3 to 4 feei, consisting o'� dark brown and brown clays contain�ng {imestone fragments, brick fragrr�ents, ca{careous nodules, and pebbEes. Tan limestane is pres�nt immediately below the fill in Boring 8-12 at a depth of 4 feet, extending to a depth of 8 feef. This tan limestone sfrata is cons�dered �ery hard (rock basis), with a TH� valu� of'/2 inch of penatration for 900 hammer blaws. Natural soils �ncountered consist af dark brown, brown, light brown, and #an siliy clays and clays typically cantaining calcareous nodules, calcar�ous deposits, and limestone fragments. Fractured limestone seams are present within the Report No. 425-2'E-58 CMJ ENGINE�RING, INC. 7 clays and sifty clays rn Borings B-'12 and B-13. In addition, limestone baulders are noted within the clays in Boring B-12. Boring �-14 was terminated �pon refusaV of t1�e hand portable equipment atop limesione fragments or layers at a cfepth of 3 feet. Th� soils encountered at the site �ad tested Liquid Limits {LL) of 38 to 69 with Plasticity lndices (PI) of 23 to 52 and are classifisd as CL and CH by ti�e USCS. The �a�-ious clayey soils were generally stiff to hard (soil basis) in cansistency with pocket penetrometer readings of �,5 to over 4,5 tsf. 7ested unit weight values ranged from 97 ta 124 pcf and t�sted uncanfined compressiue strength values were 2,630 to 16,990 psf. Tan limestone is next encountered in Borings 8-11 and 8-13 at a depth af 5 feet. The tan lirnestone is considered hard, with a TH� test valus ofi 1'/< inches of penetration for 100 hammer blows. Gray or fight gray limestones are next present in Borings B-11 thraugh 8-13 at depths of 7 to 13 feet. The gray and light gray limestones contain nccasianal shal� seams and layers and are considered hard to �ery hard {rock basis}, with THD �akues af '/� to 15/ inches per 100 blows. Borings B-11 tY�rough B-13 were terminated within the gray limestone at a cEepth of 25 feet. 3.3 Gro�nd-water Observations The borings were advanced using coniinuous fiight augers to check the relative elevation of water [n fhe borel�oles during and at com�letion of dr�lling ape�-ations. All borings were dry during drilling and at the completion of drilling operations. Bore-hole ca�e-in was observed a# d�pths of 7 and 2 feet during dri{lir�g ►rvithin the granular fills present in Borings B-5 and B-S, respecti�ely. �'luctuations of the graund-water le�el can occ�r due to seasonal uariations in th� amount of rainfall; site topagraphy and runoff; hydrau[ic canducti�ity ofi soil strata; and other factors not evident at the time the borings were perfarmed. Grour�d water can flow through more permeable zon�s, joints in the clays, or atop/within limeston� seams, layers, and strata, and s�ould be considered when de�eloping the design and constructian plans for the project. Water traueling throug� the soil (subsurface water} is aften unpredictable. This cauld be due io seasonal changes in ground vvater and due to ihe unpredictable natur� ofi ground-water pafhs. �a�o�e No. aa�-��-s$ cM[J �Nc���RZN�, i�vc. s Therefore, it is necessary during constructian for the contractor to be ot�servant for ground-water seepage in exca�atians in order to assess the situation and talce appropriate actian. 4.4�XI5TIIVC �ILL, Existing f�lls were encountered through �ariable dep#1�s of 1 to 17 feet ir� Borings B-1, B-5, B-5, s-8, B-10, B-12, and B-14. Samples of the fiAs were r�asonably dense and firee of significant �oids. Hawever, in the absence af dac�mented density cflntrol, the passibilify of undercom�acted zones or �oids exis�s. Complete removal and replacement of all the fill is the only method eliminating tF�e risk ofi �tnusual set�lement wh�r� historical documentation of proper fiifl placement cannot be abfained. �.4FOUiV�AT1C?f� Ai�� CHANiV�L Fi�C014n{VY�h1DA�[ONS �.1 �xpansi�e Soil IV�ovemenfs The expansi�e soils encountered at this site can shrink and swell considera�ly as the soil moisture content fluctuates dur�ng seasonai wet and dry cycl�s. Additionally, the site environment is impacted by grading and drainage, la�dscaping, ground water conditions, paving and many other factors whEch aff�ct the structure during and efiter construction. Therefare, the arnount of soil movement is difficult to defiermine due to the many unpredicfable �ariab[es involved. Estimates af soil movements for t�is site have been performed using data frorn the Texas Department af Transporkation (7xDOT) procedure TEX-124-E for �stimating Potential Vertical Ris� (PVR} and using engineering judgment and experi�nce. Vertica{ soil movements on the order of I�� tD `f��4 inches ar less ha�e been estimated for the soils encountered, as tF�e soils undergo moisfure changes. For approximate planned wa[I and culvert footing elevationsldept�, movemenfs an the order of 1 inch ar less are estimated for al! sites. 5.a Retaining 5tructures 5.2.1 General Retainina Wall Considerations �ive geotechnical d�si�n criteria must i�e safisfi�d in the selection of the typ� and configuration of the retaining walls. These criteria are; the wall must ha�e an acceptable factor of safety with respect to (1) o�erturning failure, {2) a sliding (translation} fa�lure, (3) a bearing capaci#y failure, and Report Na. 425-2i-5$ CMj ENG[NEERII�IG, ZNC. 9 (4} a global (deep-seated) slope failure. in addition, {5} the deformatian of the wall caused by defiection from earth p�essure, and fram settiement or hea�e of the fiaundaiion soils or baekfill soils, must be within tolerable limits during t�e functional life of the structure. 5.2.2 Foundations 7he retaining wall fo�andations, whether gabions, concrete, or modular block, may be founded atop natural soils or limestone using shallow spread or continuous footings. A rninimum foating dimension af 2 fest is recommended. For walls within the channels, faotings should be founded a minimum of 2 fest below exisfing grade or below the thafweg of the channel, whiche�er is deeper. The retaining waf� founcia#ions shauld be founded as follaws. These generally corresponti ta a rninimum cfepth of 2 feet below the bottom of channel grade as interpreted from the tapographic information provided by Alan Plummer Associates. Location Krauss Baker Edgecliff Truelson Guadalupe BorSng fVos. B-1 and B-2 B-3 through B-5 B-6 through B-10 &1 � through B-14 Anticipat�d 6earing lh�aterial Hard Clay or Siity Clay wl Li�nestane seams or layers ian or Gray Limestone"' Hard 5ilfy Clay, wl Llmestane s�ams ar Tan L.imestone Tan l�imestone, Gray Limestone, or Hard 5ilty Clay containing Limestone seams IAllow�bfe Bearing Pressure {ksf) 5.0 12.0 4.a � 6.0 *Note: Fills encaunt�red in Boring B-5 are likely associated with the 27-inch PVC sanitary sewer line in this vicinity. Limestone rack is anticipated in the channel bat#om at this location. Depending on the time of year, exca�ation for the footing bases may need to incorporate dewatering to keep the exca�atian fre� of excess water. The water table should be lowered to a depfh of 2 feet below th� praposed exca�ation ti�e full terrn of construction. The design of any dewatering system is tF�e res[�onsibility of the cor�tractor. It should be noted that retaining wall foundations are typically subjected to non-unifarm pressure across the foundation, and possibly negati�e pr�ssure {separation of foundation from soil) under a portion of the f�undatio�, due io the o�erturning moment induc�d by i�e latera[ earth pressures. The allowable foundation pressures given abo�e are for the maximum pressure induced by the foundatian loads, and not the a�erage pressure under the foundation base. Report No. 425-21-SS CMJ ENctrlE�2ztvc,�lvc. 10 The horizontal bases of the footings wfll de�elop resistance to sliding by means of a combination of friction and adhesion (for cohesive foundation ma�erials). Given the nature of the foundatian materials, an adhesion of 400 psf may be used for earth formed foofiings. An ultimate friction factor of Q.35 may be used �o calculafe slEtEing resistance of the �oatings bearing on site soils or limestone. Passive ear�h pressure resisfance should be neglected. Foundations for the retaining walls designed in accordance with these recomm�ndations will have a minimum factor of safety af 3 with r�spect to a bearing capaeity failure and sf�ould experience a tatal settlement of 1 inch or less and a differential settlement of'/2 ir�ch or {ess, after consirucfion. lf the chann�l bottom will not be lined, erasion protection, such as 8- to 'f2-inch size riprap should be provided to limit undermining of the toe. The exact size riprap should be based an flow �elociti�s. The rip-rap section should be at least 2 times the fihickness of the average stone size (D5v) and should extend at feast 3 tirnes the thickness of the average stone size deeper than the thalw�g of the creek. A toe width of 5 times the aWerage stone size is recommended. The rip rap section should underlain by a praperly design sand bedding layer and filter fabric. 5.3 Box Cul�ert Extension - Mat Foundation — Boring B�1 5.3.1 Box Culvert Faundation Desi.pn Criferia A reinforced concrete matlslab foundation may be us�d fio support s#ructural loads for the box cul�ert. TFte maf foundation may be founded at or below approximately 8#eet below existing grade in hard silty clay containir�g [imestone layers. The rna�lsfab foundation may be designed for an allawable b�aring capacity af 5.0 ksf. Exca�ation for the footing base may need fa incorporat� dewatering to keep the excava#ion free af excess water, depending on sife conditions. l� addition, �he water should be lowered ta a depth of 2 f�et befow the �rapos�d exca�ation. Sai1s existing in a sof� to firm state should be e�aluated on a ease-by-case basis. Close inspection of soils strength should be conducted by a geotechnical engineer io allow designafiion and removal of soft soils not meeting the b�aring capacity stated abo�e. It sho�aid be noted that the culvert foundations could be subjected ta non-uniform pressure across the foundation, and possibly n�gative pressure (separation of foundation fram sail) under a portion of the four�dation, due to the o�erturnit�g moment induced by the lateral earth pressures. The allowabie foundatian pressures given abor�e are for the maximum pressure induced by the foundafion loads, and not the average pressure uncker the fiaundetion base. Report No. 42a-21-58 CM� ENGTNEERING, INC. 'f 1 The horizontal base of the footing will deve[op resistance to sliding by means of a combination of friction ar�d adhesian {for cohesive foundatior� materials). Gi�en the nature of the foundation materia{s, an adhesion of 500 psf may be used for earth formed foo�ings. An ulfimate friction factor of 0.3 may be used to calcufate sliding resistance of the footir�gs bearing an site sails. Foundatians design�d in accordance with these recommendations will have a rninimum factor of safety of 3 with respect ta a bearing capacity faifure, and should experience a�otal settlement ofi 1 inch or iess and a difFerential seftlement of'/z inch ar less, after construction, proWiding all fill has been properly placed and compacted as described in the Earthwork secfion. In adriitian, if and where overlying pa�em�nts extend beyond the edge of the proposed cul�ert, tha po#entia! exists for differential movement at ihis interface, Th� culvert excavaiian backfill b�low and three feet beyond the proposec! pavement. s1�ou{d cansist flf �ither fiowable fill or properly compacted flexible base in order to reduce backfill settlement and t�e potentiaf for differential mo�ementldistress. �.4 SpreadlMat Foundation Construction If the footing excavations are o�erexcavated beyond the planned footing efevation, 3/4-in�h crushed stone or cancrete grvut should be utilized to establish fooiing grade. Under no circumstances should re-compacted filf be placed under the footing foundations. Spread foundation constructior� should be monitored by a representati�e of the geotechnical engineer tv observe, among ofil�er thmgs, the foliowing ii�ms: � Identification of bearir�g rnaterial � Adequafie penetratifln of the fou�dation exca�ation into the E�earing layer • The base and sides of fhe exca�ation are clean of loose cuttings • If seepage is encountered, whether it is of sufFcient amount to require the use of excavation dewafering methods Precautions should be talcen during the p[acement af reinforcing stee[ and concrete to pre�ent loose, excavated soil from falling into the exca�ation. Concrete should be placed as soon as Repvrt No. 425-21-58 CMJ ENGZN�EztWG,INC. 12 practical after completion of the exca�ating, cleaning, reinforcing steel placement and abservation. Excavatian for a spread foundation should be filled with concrete before the end of the workday, or sooner if requjred, to prevent deterioration of the bearing material. Prolonged �xposure or inundation of the bearing surface with water will result in changes in strength and campressibiliiy characteristics. If delays occur, the excavatio� should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If rnore than 2�4 hours of exposure af the bearing surface is anfEcipated in the exca�ation, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation exca�atians should initiafly be o�er-excavated by approximately 4 inches and a lean concrete mud slak� of appraximafely 4 inch�s in thickness shoulci be pfaced in the bottam af the excavations immediately foAowing exposure of th� bearing surFace by exca�ation. The mud slab will pratect the bearing surtace, mainiain more uniform moisfur� in fhe subgrade, facilitaie d�watering of exca�ations if required, and pro�ide a working surface for placement of formwork and reinfflrcing steel. The concrete shauld be }�lac�d in a manner that will pre�ent the concrete #rom strilcing the reir�fiorcing steel or the sides ofi the excavation i� a manner that wa�rld cause segregation of the concrete �.� Lateral EarE� Pressure �.5.1 Eauivafent Fluid Pressures Lateral ea�th pressures on retaining walls will depend on a �ariety of faciars, including the type of soils behind the wall, the conditinn of the soils, and the drainage conditians b�hind fihe wall. Recammended lateral earfih pressures expressed as equivalent fluid pressures, per fioat of wall height, are �resented in Table 5.5.1-1 for a wall with a le�el backfiil behind th� top of the wall. The equi�alent fluid pressure for an undrained cn�dition should be used if a drainage systern is not present to remave water trapped in the backfill and behind the walL Pressures are pro�ided for at� rest and acti�e earth pressure conditions. In order to a11orN for an ac#ive conditinn the top of the wall(s) mt�st deflect on the ord�r of 0.4 percent. For the select fill or fr�� draining granular backfill fhese �alues assume t�at a"full" wedge of the material is present behind th� wall. The wedge is defined wh�re the wall backFil� limits exfend ouiward at least 2 feei from the base of fh� wall and then upward on a� H:2V slope. F'or narrawer backfill widths of granuEar ar select fill soils, the equivalent fluid pressures for the on-site soils shauld be used. Report No. 425-21-5B CMJ ENGINEEI[ING, INC. Ta TABL� 5.5.1-9 Equivalert Fluid Pressures At-Res� Equi�afent Backfill Material , �luid Pressure (pcfi� Exca�ated on-site clay or elay fill material (cp=17', +�T =120 pcf} Ko = 0.71, ka=0, 55 Select fill or on-site soils meeting material specifications {cp=25°, yT =125 pc�j Ko = 0.5$, ka=a.41 Free draining granular backfill rnater�al {cp-40°, yT =130 pcfj Ko = 0.36, k8=0.22 5.5.2 Wa118ackiill Materral Requir'ements Drained Undrained Actiue �aui�alent Fluid Pressure {pcf� Drained Undrained -- 105 -- 95 73 99 52 88 47 87 29 78 Granular Wall Backfill: A11 firee draining granular wall baekfill material should be a crusher� stone, sandlgra�el mixture, or sandlcrushed stone mixture. The mat�rial sl�ould have less than 3 percent passing the No. 200 sie�e and I�ss than 30 percent passing ihe Na. 40 sieve. The minus No. 40 sier�e material should be nan-plastic. Granular wall backfill should not be water jetted c�uring ins�allafian. Select F'ill: All rrval[ selsct backfill should co�sist of clayey sanci andlor sandy clay material with a plasticity index af 96 or less, with a liquid limit not exceeding 35. The s�lect �11 s�oulcE be placed �n maximum 8-inch lifts and compacted #o b�tween 9� and 100 percent of Standard Proctor density (ASTM D 698} within a moisture range of plus to mi�us 3 percentags points af the optimUm moisture. Compaction within five feet of th� walls should be accomplished using hand compaction eq�ipmer�t and shoulcE be cornpacted between 90 and 95 percent of the 5tandard Proctar Density. On-Site Soil Backfiill: For wall backfiU areas with site-exca�ated materials or similar imported materials, a[I o�ersizeci fragments larger than four inches i�n maximum dirnension should be remo�ed from #he backfill materials prior to placemenfi. The back#ill should be free of all organic and delet�rious materials, and s�oufcE be placed �n maximum 8-inch compacted lifts at a m�nimum of 95 percent of 5tandard P�'octor density {ASTM D 698) witF�in a moistur� range of plus to minus 3 percentage painis of optimum maisture. Co�paction within #ive feet of the walls shauld be accornplished using �and compacfiion equipment, and should be b�twe�n 90 and 95 percent of the Standard Proctor Density. Report �fo. 425-29-58 CMJ ENGIN�ERZNG, INC. 14 5.5.3 Wall Backfill Settlement 5ettlement of the walf backfill should be anticipated. Piping and conduits through the fill should be designed fior potential sail laading due to fill settlement. 4n-grade slabs, sidewalks, and pa�ements o�er fills also may settle. Backfill compacied to the density recommend�d above is a�ficipaied to settle an the order of 0.2 ta 0.5 percent af the fill thickness. 5.5.4 8elow-Grade Drainaae Repuiremen�s The design recommendations preseRted abo�e assume hydrasfatic pressure will not d�velop behind the retaining walls. pervious walls, (�.g., gabion wafls, eic.) require a geotextile for separation betw�en the bacEcfifl and the back face of the wall. In order to achiev� ti�e "drained" condition for lateral eart� pressure for low-p�rmeability walls (concrete, masonry, etc.), a�erticaf drainage blanket or geacomposite drainage member must be installed adjacent to the wal! an the backfill side. Drainage could be provided using a caflecfor pipe ar weep ho[es near th� bas� of the retaining wall. Drains should be properly filtered to minimize the potential for erosion througE� these drains, and lor the plugging of drair� lines. It is recammended the back#iil-wall geomefry be such that the backfill wil) not become saturated f�om rainfall, ground-water, adjaeent ►evater courses, or other sources. It should be noted that non-expar�si�� earth fill and general earth fill are no#-free draining. a.6 Channel Liner Preparafiion and Construction Existing cl�annel bottom concrete and distressed sidewails should be r�mo�ed and discarded. Subsurtace water s�ould be captured and controllecf as recommended abo�e. Any soft soils should be removed and the subgrade proofirollc;d as described in report 5ection 6.1. This procedure is not necessary where intact limestone or shale are exposed. To reduce the passibility of permeable packets in void areas, on-sife soils or similar clayey soils should be used ta backfill any �oids in accardance with report Section 6.1 and 6.2. A uniform �ock base is recommended below any concreie ar modular block bottom. This roc[c may consist of No. 57 or 67 stone (AS7M p�4�48) gradation which is carefully placed atop the subgrad� and rollec� twice us��g a steel-wheeled vibratory roller. If concern exists that fines may enter the base thrdugh subgrade soils, a filter fabric (Mirafi 140N ar equivalent} may be placed at the soillrock interface per ihe manufacturer's r�comrr3enclataons. Repart No. 425-21-58 CMf ENGINEEBING, T1VC. 15 Proposed cE�anne! slapes of 3H:'f V at the praject sites are acceptable for the anticipated slope heights. All new concrete bottom concret� should be apprapriately doweled into sic�ewall concrete. Water should not be allowed to f[ow below the completed channel walls ar bottom after construction. Periodic inspection ofi the channel is recammended to be performed to �iew any distress or unusual ca�ditions that may ca�se distress. 5.i Optional �'ermanent Anchors -- 6th Avenue (Truelsan) and �rando� (Guadalupey Sifies AdcEitional laferal suppart for the �arious planned structures can be provided by permanent anchors, if necessary. Anchars may be active {post-tensioned), or passive (unstressed}, lt shauld be noted that, if passi�� anchors are used, same lateral mo��ment of the struc�ure will be n�cessary ta derrelop pullout resistance wifhin the anchors. The anchors should consist of threaded, high-sfrength steel bars installed in pre-drilled hafes and gro�ted throughout their full length. Th� anchar holes should be dry and free of all cu�ings prior to ins#allation of the bars. All corriponents of the anchor system, including bars, anchor plates and iocicing nuts, should be pro�ided with adequate CDff051D11 protection. �ach anchor should be ec�uipped wi�h centralizers spacet� at regular intervals throughout its full length. A minimum hale diameter af six inches is recommended fo provide adequat� grout coverage of the bars. The anchors should be instafled at an a�gle between 1� and 45 degrees as measured from the horizontal plane. Bending maments can be lirr�ited by installing the anchors at a horizor�tal angle in the upstream direction. The optimum horizonta{ angle should be determined by the structural engineer, but should not exc�ed 30 degrees from the �er�ical plar�e perpendicular to the retaining structure. At the 6t�' AWenue (Truelson) and Brandon (Guadalupe) sites, loads on the anchors shoUld be transfierred to the underlying tan limestone, gray limestone, or gray shale. lt is recomm�nded that the "rock anchors" be un�onded for a min3rnum distance of 10 feef, or � f�et beyond the "active" zane, whiche��r is rq eater, The unbonded length can be created by means of a bond brealcar sueh as a grease-filied F'VG slee�e. Report Ho. 425-21-58 CMf ENGIN&BATNG.IHC. 16 At the 6f'' Avenue (Truelson) site f�elow approximate Ele�ations 688 ta 685 from Borings B-6 to B-7 and belaw approximate Ela�ation 654 at B-8, the load�carrying portion of the a�chors (faonded lengti�) should he designed bas�d on an estimated pull-out resistance o� 1.8 ksf. A� the Brandon (Guadalupe} site below approximate El��ations 712 near Boring g-11 and below approximate Elevafi�n 697 in Borings B-12 and B-13, the load-carrying portion of the anchars {bonded fength) should be designed based on an esfiimated p�all-aut resistance of 4.0 ksf. These vaiues are applicable consielering straight-sF�aft, tremie-grouted rock anchors, and incorporates an �stirr�ated factor of safety af three against pu11-aut. A minimum bonded length of 5 feet is recommended for permanent rock anchors. Ti�e anchor shafts should be dry and free of all cuttings and deleterEous materiais prior to grout p[acement. Due fio the potential presence of ground water in the upper sails, us� of temporary casing, tremie grauting, d�watering, or other means may be necessary during anc�or shaft construction. Glose cao�dinati�n of anchor shaft excauation and grdut placem�nt wEll limit the need for ground water control. In no case shou{d anchor shaft exca�ations remain open far more than eighi hours prior to grout placement. 5.8 Geometric Extents Considerations The abUfinents of th� repaired slope sectians to where improvements are not planned will require special consideration to account for future erosion along creek bends and undermi�ing of the proposed structures. The extent of the structures are recommended to be installed upstream from the benck point of eurvature a minimum length equal to the maximum vu�idth of the 10a-year flood water surface elevation of t�e project reach and downstrearn from the bend point of termination at least two to three times this same width. At the termination points, it is recommended thaf the ends of the structure be turned back into the slope for a minimum distance of 5 feet. The fransition should be accomplished by means af as larg� a radius ofi curvature as possible and should conforrri to the cantours of the adjacent slope to {imit the potential for the creatian af "knick points" which create turbulent flow and accelerate erosion. In addition, unprotec#�d banks oppos�te to installed gabions can �;xperience elevated erosian du� io the installat9on. Report No. 425-21-58 CMJ BIVGIN�ERINC, ING 97 6.0 ��4RiWIdidORK 6."I Site Preparation & �ield Testing The subgrade shauld be firm and able to support the construction equipment v�ithout displacement. Soft or y�ielding subgrade should be cafrected and made stable before construction praceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be exca�ated ta pro�ide a firm and oi�erwise s�itable subgrade. Proof rolling shoufd be perFormed using a��avy pneumafic tired roller, loaded dump truck, or similar piece af equipment. The proof ral{ing operatiflns should be ol�served by the project geotechnical engine�r or hislh�r representative. Pr�or to fil[ placement, the subgrade sF�ould be scarified to a minimum depth af 6 inches, its mois#ure contenf adjusted, and reco�npacted to the moisture and density recommencfed for fill, �ill material should be placed in [oose IifEs naf exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inehes for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with resp�ct to material type and moisture content. Clods and chunks of ma�erial sF�vuid be broken down and #he fill material mixed by disking, blading, or plowing, as n�cessary, so that a material of uniform moisture and density is abtained for each lift. Water required for sprinkling to b�ing the fifl material ta the proper moisture content should be applied evenly through each layer. Fill material should be co�npacted to at least 95 percent of the maximum dry density determined by the Siandard Proctar test, ASTM D 698. In conjunctian wifh the compacting operation, the fill ma#erial should be brought to the praper moisture contenf. The moisture cor�tent for earkh fip should range from 2 percentage points below vptimum to 5 percentage points abo�e opfimum {-2 to +5), These ranges of moisture contents are gi�en as maximum recommended ranges. For same soils and under some conditions, the contractor may ha�e to maintain a more narrow range of moisture content (within �he recommended rang�:} in order to consistently achieve the recomrr�ended density. Field density tests should be taken as each lift of fiQ material is placed. As a guids, on� fieid density test �er lift for each 5,000 square feet af compac�ed area is recomme�ded. For small areas or critical areas t�e frequency of testing may n��d to be increased to one test per 2,500 square feet. A minimum of 2 tes�s per lift should be required. The earthwo�k operations should be obse�ed and tested on a continuing basis by an experienced geotechnical working in conjunction Report No. 426-21-58 CMJ ENGTNEETCING, TNC 'f 8 with the project geotechnical engineer. Field testing is a critical elemenf in can#rofling the compaction of fili to limit s�ttlement. Each lift should be compacted, tested, and appro�ed before anather lift is added. The purpose of tF�e field density tests is to pra�ide same indication ihat uniform and adequate eompaction is being obta�ned. The acival quality of the fill, as compacied, shauld be tF�e responsibility af the contractor and satisfactory results from the tests should not be considered as a guaraniee of the quality of the contractor's fiiling operaf�ons. G.� Generai Slope Recommendations F'riar to the placeme�t of fill in the areas of the sxisting s[ope or scou�ed areas, khe existing ground surface sha�ld be stripped of �egetation, roots, o�d constructian debris, and other organic rnaterial. It is estimated that the depth of stripping vwill be on the order af 8 inches. The actual strip�ing depth should be based on field observations with particular attention gi�en to old dr'ainage areas and excessively wet soils. The siripped areas shauld be obs�rved to cfetermine if additiona{ excavation is required ta remo�e weak or otherwis� objectionable materials that would ad�erseiy afFecf the fill placement or otl�er construction activities. Sp�cial site �reparation procedures will be imperati�e to reduce the possibility of slope sliding, settlement of filf soils, and otherwise undue soil mo�ements. In addition, where existing sfopes may be re-worked, cuts and fills will be required to properly blend new fill materials to existing materials. Thsse procedures are outlir�ed below, but generally consist af proper remo�a[ of existing vegetation, concrete fining, or debris, proof rolling the site area to recei�e fi11, benching new fll ir�ta the existing fill ta prewent a direct slide p[ane at this interface, and general grading at existing, specific erosion and drainage areas. 5pecific recammended p�'acedures are prov�ded m fhis report sectior� ta emphasize the impo�tance of these procec�ures. If these procedures are adhered to during th� constEuction phase, the potential fior slides, undue settlement, and oih�:rwise problematic soil mo�ements are greatly reduced. The fallowing specific recammendations are pro�ided: 1. Grulo all areas in which earth fill op�rations wilf take p{ace. This requires the proper removal and disposal of all trees, brush, and vegetation. It also requires the grubbing of all roats ir� excess of 1 inch and disposing of them properfy away from th� sife. Report No. 425-21-58 CMJ EIVGINESRING, INC. 19 2. All organic topsoil, frash, de�ris, o�- other deleterious materials should be removed from �he fill. Any rock fragments larger than 6-inch size should likev�ise be removed. 3. In areas to receive fill, the surface should be proof rolled to locate any sof� ar compressible materials. Should said materials be encauntered, they shduld be removed and backfilled with acce�table soil materials. 4. The fiil maierials should !�e pEaced from the bottom I�ading upwards. The surface soils should b� lightly scarified to allow banding of new fill to either naiural soils or existing fill. The initEa! lift of fil[ shaulci be at least �2 �eet wide and placed on a horizontal plane. As additional �Il is placed, the fill s�ould be benched into the natural soil for every 1-foot thickness of fill placed. The benches should eontinue to work uphill to pre�ent a continuous pian� from occurrir►g at the new filllald filllnatural soil intertace. The onsite soil may be used as fill for re-working af slopes; hawe�er, if a mass grading deficit occurs, fhen offsite soil should be brought in as fill to this site. Any off site borrow fill should consist of silty clays, sandy clays, or clayey sands with a Liquid Limif less than 50 and a Plasticity Index between 4 and 30. Thes� acceptai�le soils are classified as CL or SC per the Unified Soil Classificatian 5ystem. Clean sands, silis, grarrels, and highly plasfic clays should be discarded. {n addi�ion, #ill materiafs should be placed, pulverized as r�quired, uni�flrmly moisfened as requir'ed, compacted to those s�andards listed abo�e and �eiterated in 5ecfinn 6.2, and each lift tested to assure proper compaction. Any fi[I not meeting specifcations sE�ould be rewnrkedlrecompacted as necessary. In addition, light scarifEcatian sF�ould be perform�d on �he surface of the accepted -€ill prior to placing the ne� lift of fill in order to bond the fill [ifts satisfacto�ily. 6.3 Exca�ratian Limestone or shale is anticipated to be encountered during excavatian in rnost locations. The limestones and shaies are moderately hard to very hard (rocic basis) and wilf present difificulty with rippability using normal �xca�ation equiprnenf. Special techniques for rippinglracfc removal can be expected through the limestone and shals. In addition, overexca�ation should be anticipated within limestons containing weat�ered or clay s�ams. O�erexcavation may result from large blocks or chunks breaking along either weathered or c[ay seams beyond the pEanned excavation. The side slopes of exca�ations thro�gh the overburden soils shou[d be mad� in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are consiructed prior to or during #he currently propased construction and which require exca�ation, shauld be protected fram foss of end bearing or latera[ support. Report No. 425-21-58 CMJ $NGINEERING, INC. 20 , Temporary construction slopes andlor permanent embankment slopes should be protected from surface runoff water. Site grading shnuld be designed to allow drainage at planned areas where erosian protection is pro�ided, instead of aflowing sUrfac� water to flnw down unpratected slopes. Trench safety recommendations are beyond the s�ope of this re�ort. The contractor must comply with all applicable safety regulations cancerning trench safety and �xca�ations including, but nat limited to, 05�IA regulations. 6.4 Trench BacF�fi[E Trench backfll for pipelines or other utilities should be properly placed and compacfed. ��erly dense or dry backfilf can swell and create a mound along the corr�pleted trench line. Loas� or wet backfill can settle and form a depression along the compl�ted tr�nch {ine. Distress to overlying structures, pa�ements, etc. is likely if h�aving or settlement occurs. �n-site �arth fill material is recommended for trench backfill. Care should b� taken not fo use loose granular material, to pre�ent ihe backfdled trench from becom�ng a french drain and piping surFace or subsurface water ben�ath structures, �ipelines, or pav�m�nts. If a highef class bedding material is required for �he pipelines, a lean concre#e bedc�ing will limit water intrusion inta ihe trench and will nat requir� campaction ai�er placem�nt. The density and moisture cantent should be as recommended for fill in S�ction 6.1 of this report. A minimum of one field density test shauld be tak�n per lift for each 15Q linear feet of trench, wi#h a minimum of 2 tests per lift. 6.a Erosio�t �nd Sedi�nent Control AI! disturbed ar�as should be protected from erosifln and sedimentatio� during construction, and all permanent slopes and oth�r areas s�abject to erosion or sedimenta#ion should be provided with permaner�t erosion and sediment contra! facil�ties. All applicable ordinances and codes regarding erosion and sediment control should be fo!]awed. P[a#es A. � S thraugh A.2'f present sie�e/hydrameter grain siz� analyses for typical onsite soils. The follawing table provides grain size for erosion analyses. Reparf No. az5-z4-5s CMJ ENGINEERING, INC. 21 - i iable 6.5-�[ Grain Size Values � I Grain 5ize (mm) � Boring No. D�pth (Ft.) I Dso Dss B-3 7-8 D.0114 �.547 B— 4 1— 2 0.0092 2.623 6—'f Q 0-1 0.3088 fi.6�1 B-- 14 1— 2 0.018'I 3.3fi7 7.0 COi�S�RUC�'lON OBS�RVi4ilON5 In any geotec�nical in�restigation, the design recammendations are based an a limited amaunt of informatian about the subsurface eonditions. In the analysis, the geotechnical engineer must assume the subsurFace conditians are similar to the conditions encountered in the borings. Howe�er, quite often during construction anamalies in the subsurface conditions are re�ealed. Therefore, it is recammend�d that CMJ Engineering, Inc. be retained to observe earthwork and founclation installation and perForm materials �valuation during the constructifln phase of the project. TF�is enables the geotechnical engi�eer to stay abreast of the project and to be readily a�ailable to e�a[uate unanticipat�d conc�i�ions, to conduci additiona! tests if required and, when necessary, to recommend aliernative solutions to unan#�cipated conditions. Until these co�structian phase ser�ices are performed by the Project geotechnical engineer, the r�corr�mendations contained in this reporf on such items as final foundation bearing elevations, proper sail moisture condition, and other such subsurface related r�commendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commer�ce by the project geotechnical engineer at the outset of the project. Exp�rier�c� has shown that the most suitable method for procuring th�se services is for the ow�er ar the owner's design engineers fo cont�act directly with the project geotechnica[ engineer. This results in a clear, direct line of communication between the owner and the owrter's design engineers and the geotechnical engineer. s.o ���o�� c�osu�� �'t�e boring logs si�own in this report coniain information related to the types of soil encoun#ered at specific locations a�d times a�d show lines defineating the interface be�rnreen these materials. 7he Report No. 4Z5-21-58 C1V�J ENGINE�ItINc, INC. 22 logs aksa contain our field representati�e's interpretation of candi#ions that are t�elie�ed to exist in those de�th intervals between the actual samp{es taken. Therefore, these boring logs contain both factual and interpreti�e information. Laboratory soil classification tests were also perforrned on samples from selected dep�hs in ihe borings. The results of th�se tests, along with �isual-manual procedures were used to generaily classify each straf�m. Therefore, it should be unde�stood that the classificaiion data an the logs of borings repr�sent visual estimates of classifcations for thase portiohs of eaeh stratum on which the fu11 range of laboratory soil classifiicatian tests were not performed. It is not implied that these logs are representati�e of subsurFace conditions at oiher locations and times. With regard to ground-water conditions, this report prese�ts data an ground-water I�v�ls as they were observed during the course of the field worit. In parkicular, ►rvater leve! readings ha�e been made in the borings at the times and und�r conditions stated in the te�ct of th� report and on the boring logs. lt should be noted that flucfuations in the level of the ground-water table can occur wit� passage of time due to variations in rainfal[, temperature and ather factors. AVso, this repart does not includ� quantitative infarmatifln on rates of flow of ground water inta excavations, on pumping capacities necessary to dewater the excavations, or on me#hods �f dewatering excavations. �nanticipated soil •conditions at a construction site are commonly encountered and carrnot i�e fully predicted by mere soif samples, test borings or test pits. Such unexpected canditions firequently require that additional expenditures be mad� by the owner to attain a properly d�signed and constructed project. 7herefare, pro�ision for some contingency fund is recommended to accommodate sucF� potential exfra cost. The analyses, conc[usions and recommendations contained in this repor� are bas�d on site conditions as they existed at the tirne of our field investigation and furfiher �n the assumption that the ex�loratory borings are representative of the subsurFace conditions thrnughou# fh� siie; that is, the subsurFace co�ditions everywhere are not significantly different frnm those disclosed by the borings at tt�e time they were completed. If, during construction, different subsurFace conditians from those encountered in our borings are opserv�d, or appear to be present in excavations, we must be advised promptly so that we can review thes�; co�ditions and reconsider our recomm�ndafiions where necessary. If ther� is a substantial lapse of f[me between submission of this report and the start of the work at the site, if eonditions have changed cEue either to nafiural causes or to ca�struction operations at or adjacent tfl the site, or if structure locations, structural loads or finish gfades are changed, we urge that we be prom�tly infarmed and retained to review Report Nv. a25-21 _�g C1VIJ ENG��1t1NG, INC. 23 our report to determine the applicabi[ity of the conclusions and recommendations, considering the changed conditions andlor time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specif�cations for this particular project that per�ain ta earihwork and faundat�ons as a m�ans to d�t�rmine whether the plans ant[ specifications are consistant with the recommendatians contained in this report. In addition, we are a�ailable to abserve canstruction, particularly the campaction of structural fiill, or backfill and the construction of foundations as recommended in the repork, ar�d suc� oth�r field observafions as might be necessary. The scope of our services did not include any en�ironmental assessment or 9nvestigation for the preser�ce or absenc� ofi wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the sit�. This repart has �een prepar�d for use in developing an o�erall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of confext, nor utilized withaut a knowledge and awareness of their i�tent within the overall concept of this repori. The reproduction of this report, or any part thereof, supplied to persons oiher than the awner, should indicate fihat this stucEy was made far design purpos�s only and that �erification of the subsurface condi#ions far purposes of datsrmining difficu[ty of excauation, trafficability, etc, are responsibilities of the contractor. This report has been prepar�d for the exciusive use of Alan Plummer Associates, Inc. �or specific appl3ca#ion to design of this project. TF�e anly warranty made by us in connection wiih the serv�ces provided is that we have us�d that degree of care and skill ardinarily exercised und�r sirnilar conditions by reputable mernbers af aur profession practicing in the same or similar locality. No other warranty, expr�ssed or implied, is made vr intended. �*�* Report No. 425-21-58 CMJ ENc1�ERI�vG, I�vC. 24 Rate: 14J27/21 C:\User�' aryi�rlscoll\�ne�rive — TLP Salutio�s\drowings\CMJ\425-21--58.dwg Loyout: 6oring Curreni Layer. —5mort scoi ch + ,�: - . Y r��=a ';+ � w' •�� � '�{l . V I '� C �� ,-- � �L I ~ l. M .� �-i���'`+� ��.� '. - . i� � � � .�* � �� 31b'�d R� +r I � ��� *, . � � �y i � �}i �. � uu}' � ti � �:hti -?-.� � f � I ��' � L! �Q � � '} '�� . s� . ���� +y � �, I= C� ; � F � � f` � � � } . � ti rrri� a �: �� � ��- � � x y � i�. � �I'� � � 4 � �y� � ° - � '� � 1� � „ , y � ~x ~ � �` -"' ��i •1 ' N�, i ' I � - �': � ' � 4 t 1 :P � +.� ' i # �'�'� .1�:� � ' �a � � 1�� �� } �'s ' � ��� �� . . ry �'�. (� di t, �, f � .. � _ .. �- h I- � Y'�j *, � 'ir ��'� �-�.�f ' '� �, �' ' n m �:__�� � '��u;'-,'. �t �-'�. .: . .� � z � f� � 1� "�' f °� —r ' , < ~ +�,�y� �1` �'��, � ,� �,; � w ' ` ` � � °� `"� � : � �?3�''r� ' ,�.� . � � _ pl� C .� � � f �F_S %4 JS . � + � � '.7� ��r� �'� 1 � � �. `� �i �' ����. '�, _ , * ,� : c �4..}� . �.�, � � ��� - � . ,. �� y*t � • �' * � �� , ,,��..� _ � � � �- ; _ ' .' � � � •j ��,,��� � r, . r ., �, rr• i � � �� �" �ti�` �' .f � N � . . � � ^1 �I�' ��i,�tF ' - , � , , �. �� � � . ti `�� � c. � ` �, � � +#� . . ti � �'{ t r{` ' � �,._ '� �' { 'i � f � �w � } �� '�. � + , SI` �� i� � r , „ . � ��,f�'r '�� k � '� + • � , ;�{�..�'�, p� A z A ` I��, .� t a 4��'�`{' ~� . � , �, r s r +�7 `"� Z � ' t r. . � � � ' � ��yl . � , �� '�, � , . �y� � ~I A � +. r� �'y�� ,t� y' �� � ' � ~ {� � �� * • O(rn/� rn O - -`��""1 Y►�� ; 4 4' + - {' '�� i�, , � n �1 � �'°�r:, - ` � ? a, n �j � � ; �* ` "�� - � x�� ; �� �. nn a � ' � }'t � - "T• �' �� �,� cn�yC,�� : , i' � �,� �� ��� � ;, � '� A � � �,� - � `!� '�,�. �► `•x' �V T �C �r , �� • . li � , A , 1i � � + . � � i. ? �'`r �" ;'t d . � �� �. � � ^�?' t. , ,• e 'S'�'. _ - i- ,� Z Y il �'� l� �." ;,r '� �' �. , ` " L r.. � , ' L 1 . � � F �� �+ � � i -'���`� � �` _ � �} ' l� ,Y � •{i. P�' {� � II . S • � � �f:: �� I � . �` s• � '' � �;.5' � � � �' � � a �K:� . ��I� .� � � �� i1 I � � ' y �_'' pp"i / � � �� �( .. , ' _ �, ���� ` •L�*^�.r R.. {� ,l` + �� ' '� x-l`4�, � - }r�' �,� �� � �I � • y�� t -�'� , __ _ �" �r , � -ir y f �i�lr�►� �� 'S� . . . ' ln �Y� rry � � /i 1 , . 1 � rF1� I 1 �` � � li' � I I � 5 ' 1� /', ' ' , ay' y . . +� �f r 1 : - C � � �• � f �' r v. - .f t i � (� � lf i . � 3 ' �t• i — .�ji•�' • be `�� :��' _ ___ I � +i� " r v i a�-� ;► 'y± '. � la - . ���1 ' rn ;•� !?�' f�' - �s� ' � n � � . � , •� . �, ,� - � , � ', . - . Z � I �� F - �i" •�- =x,i;. . . � � 7 � _ :i.7.!_i��'_t� :-�4_ ��. — 1� � � �4 � `" } \�4� �. }5' � � � ._ ���� F _ � 7� , �� i I, �V � � }� ',� y � �� � Cri � � -� Y ' # ''� � � � ,� ; eb � "}il�a��- �� �'` + 'A�{ + Ia ,••' e; - F�J 3� M +r' r''i M �;�} � �c� �Fr`:'�I 'r .,�. # � - � � �., 4-� { � ,� -. � �yy� �1 I� -� � • x � . ; r Y - '�9�i h ' lx.. l. 4 ....... ., �, �{� l J5 'w � _ ��i�#. , � " •� �i � � ; ry . • � •, �� L,I ,� aJL' ��. .�Y � . �F-�� L � R �E1� +7. 4 '��. _ . � � � � ; •��- �� --�„� � - �� ��.s- n.K"'� � . uVf ���� KI` , - _ �` , � , � � - .,� E` ti . ' i.F. �� •f 4._ .y � " � � � - -_ `� � ; � VS , ' �:� i ��' ' T;�'-_`��•'�� � �'� } � �' 'f. �� . � 'Iy���� • • . .. '� �i� C�� -�-� � '�. �. I�.-y�.-.�ii'�:uy _f��- _ i � 4 T �•,'���• � • _1 � � � " �� "� � " � �. 6 T�����. G_- ' I� '1. � - - . � �+ � '_ - _ - - t " �'' _ �,. �' r � iI• �� ��+�.} a� .� . � I_� m �� - � � ± a �^ �� j ��r — (i *�� �, � t' � f : 1 •r t �_ � . � � * _ .�- _- _ ! , I � e,�' � . � 'ti � ` � }. } i � � � � v A� �� � ��i� r_ , _. { �, ,a '�' , a L �.. ��� �.-� . "'� . —� _ a 4 � t: �'� �` � � f rn � a ' " c � �k � . �� �y� _ ��" _ �,-»�� � �. -� . � ��� `t� `'��` .'� N '� � rn ' c •� � � ; o •` � - b t " o �� ' � _.y`' 'M, � �} �,;��. � � � +�;'�7 a . � � ��� �I . m -^���. � '•�: ,r � � �; =� � .� � c � �'' � ' ! � e. S I "'t ��, y '•���t��3��.---�,_. L r:�- "- - _' - V = i • ' Y �-k-J.. � .'r." s'.''ly.�r_s'r..i�1`. � � -� _ � - V1 -, ,_� / SOL:RC;E: ��ilf7LLEcHNIri.1i1L].iN'w,Gt`{5'7iaTf=: "Ifl521 U � �I I � �n o �rn 1 � Q ��.. .. '�.Y _ .� - - t �v 4. . .1 I, r� ' J L�r ��17��,j� x` Y s L_.� I�� y �'f � .'� - . ,s�; �, �'''' �� • 2 , ,, rt �, + . I' �1 `•� `.� • I• `�{, ,M •y , F � . ' f ` -.,, � y r +.�j x � . , IF � {' '" � - - ��. �.. ..�•� � � _ r � .� �. �, � ��,� „I' � � . ' . »,�, �'a . -r . - -i � - - a: � � � � • '� ° �� ��� � �r r�� . $��� , e `� ,�� w �� � • �. '.�� : �� � � �� � ' 1� '.. - h �-`l: , � � X y� "� , � " �� �'►. � . '�'SF ��� ` E .�.�v N � - . � + � ,,(' • . r_ !I''"` •� � '' '`' � ` r � �.f. � ` �. � �. r� ; : � t • �'� , �, y . .� �, . . ��'!✓ �, . . ! a. � � � .•I y4, _ ,���� 6+` � ` �� � ." •i _r ,� � • _ 4 • � ��i �� �' _ i. � ; � • � ' �L;�" � , ' a - ''� »; „i, _ �•i��-,�� y�. �j , 1 � �l• � ..4, ' .� •, �, • �� ��� t � � 4 x.. � �'`' if � �' w' 7�� � � ».� R I � � ~�''�-22 � .�. . � Y y�� ` k yy ~'� � r - ► t k�f ♦ � '.l�f � �'�� : � � «' ('.�..'��;� ,�' - � � . �� `�',�ly�"i ` �•::s '; ' _ _ "' ,�. , � .. - ` ' i i► •��' �. � =` . ; •� � � �• /•. ' �� �1 sw F�` s . ... ....� . . .� s{ . t .� . . r i �'; i.�' . � `• , ,�1 � U+.r r .w�' ''���A� 1�� �. ]!. �.tta_�. _��..iy - . =� ' _.. . � . r.� � ' � ''• � i r . . , . i :-� i• •' �' ' • : � _ . '_� �� - ' {�� Sr� J.{. 'I. � � � �� � � ' .-� _ � " "' - - - ,T~ ' ' � _ '*., �' .� 1 _ r'�-�� � � � r,�, „i :� • - - _ � �; " — �� � � µ `� � Y i� _ I I� A � � Y � � T � _ F� �. _ �- . ti ,� �..� � ;, . : � r -� • � _ :�i ,�� � ti, � � � • -a . '� � .. .#� ,T;�- � �:�- - 1 � ' . . . - - �`--��e � � � A * y +� . z�� " � � w � ; # � �_ _ —� , . i . i�r � "7�,'i �fi��.�� ,, � • . , _. , �� � r �; _ • ' ��, � �, _ . ,�,,. :�; _- . � . _ � � � _ y� s � � � - , � � � ,�1w�� � � . � • � .ti _ _ • - - � �� - 't � �. )�+ �.; `"t. « -. li[:..�. »�,: _ . -r - -v . � �� � }--�- ;'.��;�:� .�~ ` � • Y , 'f '"+- - i __ _ �,:r��'"''" . � ..a . . - \1�." - r, � _ - � . r. ! - ' � � _ tw � ' +� ;� . ^ . � -� , �_ _. _ _ 1t' - � - ��F.y , . .- ' � ,- ,S���A"r = } +e�'-,_ � � �'. . RS.' �� � '� � , .. ;M , : � � �'^'� '� ' � • �a_�. - x � �:w i �� � I ._� , _ ,+rr�- � � �' �1' # E ; �I� � - , � � _ � ' i�`fe' 3 - , � I� r ! - � � � - . � } , � �.� �• "t � � Y' ' '. .�- .�1 �. �' �. ,3 . �' e.\ ry-r � �.' � - - _ ' i �r' �� � .� �: ,- � -w �� . ,.� - - � � � . , � � . - � .�..--�+_Y;;::� ' " ;� '' ; '��i - - ,"� '' � `�#-+... , �''" � r- �' , ;4 •; i7- }r' • ��y�; _ �'� �' '' �,`i ? j.1� , �... ' + + _ r Y �a . � �I�' �`� � � f ,+ �y �• . ,' r _ •.'� �� � '� -�� . ~� . � - . �I '' �"'?. - � � .. . '`',',. � ., : �', �i ry'.M "� -`�' '� — ' � . � � !�'ti � 1 +��, ���j} � � _ � ' - � � � � _ « �. � ., � 'y ^4T �� �� 1 � � • ��',' i _ � s -.=��_.M „ � �� �`_ +i, ,��" y � �,. . �� _� . +i'� �� r. ' y� _ �*-, `,� � r.f� _ , . � _ ' . ,- ; -� 4� ,� .' `-�. ' � � ' _,,,.," s} f = � � ' _ " �� -�,� .. � � � ��M1— — _ y — �� �' �! `T �. .' =� L � !J {���+�-^ �`F .. . ,.r �H � f �1�� •i �'_, � �rry1�= 0 _ L�... ' � .�—..._ _.__ � r � �'';�."��'Y,-�,�, " �� '.-" �� — --- �tP �i��` lS�— J�� � .i�� . T IT � =Y� � 'c -i �, ��� i ��a~ ^ � � , r a�. "�ac��.`. _'_. . . " � . , .'. ' � K i�.. -i � � � + — . :iJ H��E: iiG4GI,.E EAF2TH :!021. IIJ�A3ERY DA7-' 11: 75r'2il[[.' , * - � « �`' — i . � i � -- — n � ' PLAN OF BORINGS • n CHANfVEL RENAB Pf20JECT ���F�G�ri��RIN�, �Nc. � rn McCART, AL7AME5A, 6TH, A1VD BRANDON � FORT WORTN, TFXAS � �MJ ��eoJFc i No. 425-2l-58 � � - Major Divisions 5ym; Typical Names Labaratory Classification Criteria N �N N 7 � N 0 0 N 0 z C � � .N � `m � a' �� '� � �� � � L � ctl � O � U N � 0 � � C SO � � 0 � m N .y 0 0 N O Z c � s � � 'o °� � � � � m �, C N '� . rnm � •�. c � I.i � � � a a � � ca � � n � ti m -� � vr tl] N Q} � .� @ o c a� � o � � a v •N � N � N � � U � �Il y � �-+ j � �N o�� � � 0 a � O ,� z c � � � N � 3� � � � •� � � j N � � U a � Q L � � � � � E � � y � y � C Q � � oa� �� � ,N ro y U : �+- � �. � N � 'C � N •�- �6 p 't1' O co c� o � � a z u� � '� c � � r.L°c r m y � " ' a� m �n � � c . � � � "� � �U �' � w � � a � Q 0 u� c �n cti a � � „' U � -o N C -' f6 T N � � � � � :;.! 0 u� � ro �� T � (6 y U � -� �r m � N C = C [A � .6 J T •� � v� �'o z � O Well-graded gravels, gravel- �, p p 2 GW sand mixtures, little or na `�° c� 60 greakerthan 4: C�= = 39} --- belween 1 and 3 fines �o �,� D�ax �so �a a- V c a� �� n Poorly graded gra�els, gravel � � � GF' sand mixtures, litk�e or no � co � v''+ Not meet9ng a!I gradation requirements for GW �1f1B5 � d � � O � � � � �� � � :� Liquid and Plastic limits GM Sifty gra�els, gravek-sand-silt v �? : 5 befaw "A" line or P.I. �iquid and plastic limits mixtures °i `� :� plofting in hatched zon� C�I�7 SW SP ��PJI 5C � � : � greater than �4 �.�, ;,� between 4 and 7 are m o � � barderline cases � o �� Li uid and Plastic limits Clayey gravels, gravel-sand- �� � :� ��due "A" line with P.I, requiring �se of dua! clay mixtures �� z : � symbols � � ; � greater than 7 � � a� o We11-graded sands, grsvelly � � � � �$q �a�Q�2 r�a#er than 6: �'" - belween 1 and 3 sands, little or no fines � y �°^o,o g ° Q x❑ [ io sa �D � U Poorly graded sands; � `� �; � ; gravelly sands, little or no ��, �, c°'i E Not meefing all gradation requirements for 5W co � c� � : �Ifl@5 � w `m Q .«: Q � aN N o, ro �� u� l.iquid and Plastic lirnits Silty sands, sand-silt �� y�� N below "A" line or P.I. less Liquid and plasfic limits mixtures �, � � �, m r � a o� a o than 4 plotting between 4 and 7 a o° �� n are borderline cases .� c' � Liquid and P�astic limits requiring use of duaf Clay�y sands, sand- clay E a� above "A" line wikh P.I. symbols mixtures � � �� greater than 7 ❑ a u Inorganic silts and �ery fine ML Sands, rock flour, silty or cEayey fne sands, or clayey s'tlts with slight pEasticity Inorganic clays of low to CL �ediurn �lasticity, gravelly clays, sandy clays, siify clays, and lean clays fiC 5C OL Organic silts and organic silty 4c clays of law plasticity x � � � �3Ci Inorganic silts, micaceous or N MH diatomaceous fine sandy or a silty soils, elastic silts 2C C�l: OH Inorganic clays of high pEasticity, fat clays Organic clays of ined9um to high plasticity, organic silts Pt Peat and other highly organic soils Cl. 1C 4 ��'��-� °�. o � o �a zo sa ML a id QL �a 5a sn �ro eo so �oa Liquid Llmit Plasticity Chart lIIV1FI�D 501L CLASSIFICATIOM SYSTEM PLATE A.� SOIL O� ROCK fYP�S m m GRAV�.I. �/'LEAN CLAY � LINEESTONE m � // � � � �SAN� � � � SANDY — S�iALE � o �� c — — JSILT SILTY —' � SANDSTON� ���Y� ��1GHLY CONGLOMERATE � . LASTIC CL.AY Shelby Auger Split Rack Tuhe Spoan Core i�R�ilS ��SCRI�II�G CONSISTENCY, CONDiTION, AND STRUCTURE OF 501L FIflB GI'$Ifl@tj SOlIS (More than 50% Passing No. 200 Si�ve) Qescripti�e Item P�netramefer Reading, (fsf� Soft OA to 1.0 Firm 1.0 to 1.5 5tiff 1.5 to 3.D Very 5tiff 3.4 to �4.5 Hard 4.5+ COaI'Sf3 Gfal[led SOI�S (Morethan 50% Reta9ned on No. 200 Siave) Penetration Resistance Descriptive Item (blowsffoot) 0 to 4 Very Laose 4 ta 10 Loose 10 to 30 Medium Dense 3� to 5� Dense bver 50 Very Dense Soil Structure Relatiue Density 0 to 20% 20 to 40°!0 40 to 70% 70 to 9D°/a 90 to 100% � Cone No Pen Recovery Calcareous Contains appreciable deposits of calcium carbonate; generally nodular 5lickensided Having inclined planes of weakness that ar� slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometirries ffled wiih fine sand or silt Interbedded Composed of alternate layers of dlfferent soil types, �sual{y in approximateJy equal proportions TERI1lf5 DESCRIBING PHYSICAL, PROPERTIES OF' ROCK Hardness and Degree of Cementation Very Soft or Plastic Saft Moderately Hard Hard Very Hard Poorly Cemented or Friable Cem ented �egree of Weathering Can be remolded in hand; corresponds in cansistency up ko very stifF in soiis Can be scratched with fingernail Can be scrakched easily with knife; cannat be scratched with fingernail bifficult to scratch with knife Cannot be scratched with knife Easily crumbl�d Bound together by chemically precipiiated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change witn no disiniegrated zones Weathered Corttplete color change with zones of slightly decompvsed rock Extremely Weathered Complete color change with consistency, texture, and generaf appearance approaching sail K�Y TO CLASSIF�CATION AR�D SYIh��OLS PLATE A.3 Project No. Baring No. az5-��-ss ��� Location See Plate A.1 CpmpEetion Campletion Qeplh 25A. �ate �-19��� SurFace Elevation 729.0 C ENCINEERING Il�iC. Project Channel R�habiliatian Project McCar� A�e., Altamesa Blvd., 6th Ave., and Brancion Ln. � Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55, w! CFA � a a� � � Q o �' � �irafium �escription c� — � W � 728.8 A� S��AL7� 1 inch khick � 7 2 8. U 5 1 L T Y C L A Y, l i g h t b r a w n, w! l i m e s t o n e f r a g m e n l s - �` � and calcareaus nodules, hard (F1LL) - -�- L[MESTONE GRAVEL, tan, w! clay (CL) seams, - - � [ayers, and pockets, �ery dense (FILL} -5��� �� � � :� 721.0 / 51L7Y Ci.AY, tan, wl Ilmestone layers, limestona � fragments, and calcareous depasits, harr! -1 718.0 _ LIMESTONE, gray, w! shale seams and layers _ � 715.Q _� �� _� Sl1ALE, gray, wJ limestone seams and occasional _ F`_ limeslone layers, moderately hard r� - -..— � -- -8-Inch thicK limestone layer at 18' � �_ _ 20---�� � l- - t-- -25�.�.� 704.0__`._._.._._._.._._�-.__._.._.._..__._._,^-_ p m � � 0 c� � U a � m �7 N � � U' z � 0 m cu O � 0 0 o ' py N c LL O .0 0 0 +' `Q �� Ci" . � �. �. - �" � � � � "a �� -�� �` � _ � Q� � a� � � LL 'N 7 .� = 'N � 'N � N .- O G C� a a�i�? c�'a,� aE �c E cu-a 'o o'c� c o 0 a' �l�I-- �UJ JJ dJ d C �2U �J �U� 4.5+ 1 Q � � 9, � � � � 1 U0/5.5'� �4$ 49 15 34 9 � � � � � 10a18" 5B �B � � 7 16 3Q i2 0414.12;�'' � � � h 0�I3.75� � � � 1�fll3" i� LOG �F BQRING ND. ��`� ��A�I� 1�1.� Project Na, Boring No, 425-29-58 ��� Location See Plate A.�{ Campletian Complelian oepth ��.�, �ale 1-19�2� SurFace Elevation Y24.0 Praject Cj� enrcmrEs�csrc Channel Rehah9ltation Project i4i9cCart A�e., Altamesa B1vd., 6th Ave., and Brandon Ln. - Fort Worth, TX Watef Observations Dry during dril[ing; dry at completion CME-55, wr cFA Ty�e � o m t � Q Q � � ��ra�um De�crip�ion 723,5 � CLAY, daric brown, w! calcareous nodules and - � limesfone fragments � - LIMESTONE, tan, highly fraclured, w! clay (CH) - layers _ �za,a CLAY 1 SILTY C�AY, dark brown, wl fracfured —� limestane seams, limestone boulders, limastone - iragments, and calcareous nodules, hard -grades light brown, w! calcareous deposits and - .� j� � ironstone nadules 6elow 7' _� � LIME3TONE, gray, w! shale seams and layers, 713.0 moderately hard --= SHALE, gray, wl limestone layers, moderately hard - -��_ - �--- —15--- � - t�_ — -8-incF� thick Ilmestone layer at 17' - �� —2q--,= —� —,- -6-incfi� thiek limestone layer at 2i' --- w ti � —26--� 699.D --------------�—._._.._._............._ 0 a • � N � LL o� � q �� �.N � �� � o �L � �l� p p � � � � � �F � Vl U p 3ln�li •� aj a- �-"x �� ❑ V ��� W Ci o a�iN �� sE m E m� 'a �� N a a a60.H 0.fq �� d� 0..� �V »�Ud 7 52 52 19 33 7 {10014.2b' S � � � 56 fi0 18 32 13 � �f OUI2,i5'' 8 � � I � �i 00/2.75' '4Q13.12�' 10UI2.25'' LOG OF BORING IVO. ��� ���iT� �.� PraJect No. Baring No, 4�.3-��-�a �-3 Location See P[ate A.4 Complelian Camplelion Depfh 25.0� Da#� 1-2'1»22 3urFace Efevalibn �z�.s ProJect Channel Rehabiltation Project CM� �NG3N�SAING IPJC. McCart A�e., Altamesa B[�d,, 6th Ave., and Brandon Ln. - Fort WortH, TX 1 Water Observatians �ry during drill➢ng; dry at completion 7ype CME-55, wI CFA � o � � �, � � CfJ ��raf:um D�scripfion CLAY, dark hrown, w! fraciured limestone seams, limestone iragments, and calcaraous nodules, hard 713.5 LIMESTONE, tan, hard ta very hard -10-inch thick clay layer at 12' 7�7.5 LIMES70N�, gray, wl shale seams, hard -8-inch thick shale layer at 18' -6-inch thick shale layer al 22' 896.5 ------------------------- O , � N C u- O�C � a �� � N ff N� o a lL � C7la o V o •V j C �� C�'O �� • � v _ . _ . x a� �U p n,C C� � � N� 3'�= N= M US .y C � U E 7 W C! a a�� cu,� erE m E <a�o n o �� c o p R.' CY_ W[L i- 0. ll) �:-1 0.. :-1 0.. �� U �.�I a U 0. 4.5+ $ I � 4.5} S � � 4.5+ 14 116 16240 � 4,5+ 59 17 42 12 � 4.5+ I 44 � � 4.5+ 7i 57 18 39 13 � � 10�11" � �f 001'f .25' � � � I q019.75' � � 14011.75' LOG OF BORI�IG NO. �d3 r�L�OT� /�O.G Pro'ect No. Borin No, Pra'ect C� E�vGII+ra�Ru�� uvc. - 1 9 1 Channel Rehahiltation Project �#�5-21-58 ��� McCari Ave., A[tamesa Blvd., 6th Ave., and Brandon Ln. - Fort WorEh, TX Locaiion Water Observations $ee Plate A,1 Dry during drilling; dry at completion Completion Completion Depth 25.4• Date 1 2'i�22 SurFace Elevatinn Type 729.0 CiVIE-5�, wl CFA � o a`"i I � � Q o � � S�r��um Description CEAY, dark br�rwn, w! fractured limestone seams, limestone fragments, calcareous nodules, and iran stains, hard -w! brown and IighE brown, 1' ta 3' -wl ironstone nadulss helow 3' 7i 9.0 L��IIESTONE, tan, fraclured, w! clay seams and 717.0 lay�rs L1MES7QiJ�, gray, moderateiy hard to hard -wJ shafe seams and layers below 15' -e-inch thick shale layer at 18' 704.0______ a � � Q f9 � U A. � � � N � a �i z � 0 m LL a a LOG OF BORiNG NO. �� 0 o ' ❑j N C �- � � � p � � � N � � N� � � �� �a '8 q V a � � N � V C Qn U � ��� w� '�• w•- N� 1Oc .-y c�i�� W Ci o w� m.� a� m� �-a o a 'c c a cs EY LY md� aU� :�� �:� [l. � �U �� �U� 4.5+ 11 � � 4.5+ 76 53 18 35 12 � � 4.5+ 11 � � 4.5+ 22 � � 4.6+ 18 106 2a350 � � � � � 4.5+ 76 25 59 20 107 � � 4.5+ 17 111 1295� � � �� � � h �fl11,25` � � � � � � � � � I � � 10012.5" � I � i -- i ' Q011.12�" ���G A.7 Project No. Baring Na, a�s���-ss ��5 Location See Plate A.1 Comptetian Campl�tion �epfh ��.Q� bate �-21�22 SurFace Elevation 728.0 Pro'ect C� �Ncm�ea.R[r[c uac. l Channel Rehabiltation F'roject NicGart A�e,, Altamesa Blvd., 6tf� Ave., and Brandon Ln. � Fori Worth, TX Water Observations Dry and bare�hole ca�e-in at 7' during c�riiling; dry at completion Type CMEa55, w! CFA �- o a� � a Q � S!� 5firafium �escr�ip#ion _ f� ' CLAY, dark broum, wl aspha�t tragments, limestane _ � 7z� � (ragmenls, and ironstone nodules, hard (F1LL} � LlM��7'O]�� GF2AVEL, tan, wl dark brawn, brown, — � an fightbrown clay (CH) seams, layers, and — —��� pockets, very dense (FILL) � 5 �� w! calcareous nodules above 5' — .� � _ �o — —�� _� �� �' -w! ironstane nodules below 9' — — � �� � — �o —15— �� � � -- --� � I�� 711.0 - -Z�51LTY CLAY, light brown, w! shale seams and 709.0 layers SHALE, gray, w! lirreestone seams and Eayers, r2�`=_ moderately hard — 1_ --- _ ��. --- —25--^ � 703.0^._^---------------------- ��, I � M H ❑ � � � U a � ai � N � � [7 z � 0 m w 0 a C.OG �F BORING NO I' �; o . m N c� `ov Z � �� �a+�N � a �, w � a a �+ 3 iF �V o � u��� �� �o� �� � x � a�i ❑U o.�a� C_i Q �i G � 7 �7 � VJ = N h7 .N G:C uj U�' IL C'1 o m� �� a'E m� mv o o c,q C o 0 � � mn.� n.cn �:.a a� d5 �U �� �Ua 4.5+ 12 4.5+ 67 52 17 35 '[ 1 112 785C 1 I 1 D015.5" 9 59 52 15 37 14 'f 7 � � � � � � h 0015.75' �l�1�4�� �.� Project No, Boring No. 425�21-58 ��6 Lacation See Plate A.1 Cornpletion Complefion Depth 1d.�' pate 1-24-22 I Surface E�evation 696,0 �,'� ENGINEEAIiti1G WC. — Project Channel Rehabiltation project If�IcCart Ave., Altamesa Blvd., 6th Ave., and Brandon Ln. - Fort Warth, TX Wafer Obser�atians ❑ry during drilling; dry at com�letian Simco, wl C�A Type u. o � p I 0. 0 � � Sicrafum Descrip4ion I � 695.0 CLAY, dark broum, w! calcareous nodules, f � ironstone nodules, and gravel, hard �F1LL) r — CLAY, dark b�awn, wl calcareous nadu es, — itnnstone nodules, and pebbles, hard _ 692A S{LTY CLAY, brown, wl calcareous depasits, iron '-5 stains, and ironstone nodulas, hard -grades lighf browrt, w! fractured limestone seams 688.0 �nd limestone fragrt�ents be4aw 6' Lfi�IIESTdNE, tan, very hard �� � 686.0_ ------------------_.�__�_.� o , ` p� N C V- O.G Q o o �� � y CT . � Z } {f] ` \ \ � � L' 3 �r= Vl ' p � �1= u: 'y ��_._.^ y;._- N� � a�,�i O C1 0 0. � LUtJ C! � a�i � m� cr � ca E m-o �a o'K 'n c o 0 � � ma.� ci.sn �:� ri� a5 �t) �� �Ua 4.5+ 11 4,5+ 18 142 1736U 4.5+ B1 65 2� 45 '[8 4.5+ 12 4.5+ 67 44 16 28 $ 10010.5" � � c m F- ❑ [7 -i � U 7 0. C7 W � N VI n v � z a O m w O o LOG OF BORING NO. � ��i�Y� F�.� Praject No, Baring f�o. 42�-21�8 �Q7 Location 5ee P[ate A.1 Camplelian Completian �epth 25.d. Date q_�9_27 � 5urface Elevation 690.0 � C� BI�IGIN£P�liv[; INC. Projact Channel Rehaqiitation Project IWcCart Ave., Altamesa Bf�d., 6ti� Ave., and Brandon Ln. � Fort Worfih, TX Water Dbsetvalions Dry during drilling; dry at completion 7ype CM���, wl CFA � o a� � � a o N ° ��ratum De�cription � o . � � c� a� � a �� � � Q LL � 670 0 � d"" C N� o q N � � V n � .,�„ C � C�'�'V U ❑ �3�u" N7 a'�` in� 'inuxi f?c �y c�iE3 W Ci o� r� ro m Q,� m E m-o a o c,� c a o L� a �0.F- dfA �J �� a. ��U �� �U� ggg,� ASPHALT. 4 inches lhick � � 688.8�CRUSH�D STON� BASE, 10 inchesthick � 2.25 26 � CLAY, dark brown, wl ironsto�re nodules and I 2,�5 26 98 326Q - pe6hles, stiff 1.75 75 19 56 28 92 � _ 686.0�_wI calcareous noduEes below 3' � i � 685.0 CLAY, li h# hrown, w! ironstane nodules, iron �'�� g� � �� 47 23 _ 5 � slairts9anci calcareous nodules, sfiff %- � LlMEST4N�, tan, w! clay seams and layers, � � r moderate[y hard -1 � fi77.0 LIlJIESTaNE, gray, hard � - - �-35 - s�a.a - ---= BHAL�, gray, w! limestone seams, moderately hard - t-- - �—� —z��=� — �-- _�. _ _� -25-��. 665.4 -------------._.._.^-------- � m � � 0 � � U 'a (7 � � N �1 N � Z � m O o LOG OF BORING NO. ��i h fl��z.75� � � � �10011.25"i 1 I � � p oo�2.7s� I I 10412.5" � � �6.P'M�� l�� 1 O I Pra ect Na. Bori�g No. Project C� ��c�xuvC wc. 1 I Channel Rehahiltation Praject 425-21-58 �o� f4lfcCart Ar►e., Altamesa Bl�d., Gth Ave., and �randon Ln. - For# Worth, TX Location Water Obs�ruations 5ee Plate A.'f nr� and bore-hoie cave-in a�' during drilling; dry ai comp[etion CarnpleEion Campletion Depth 25.0� Date �-19-22 � Surtace Elevation Type 674.0 CAAE-5a, wI CFA � ��� .� �, Q � � �firafium Descrip�ion ` 673.9--� ASpHALT, 1,5 inches lhick 873.3 1CONCR �E, 6.5 inches thiclt c�aYev sAn�n, tan, w! gravel (FILL} s6s.o SILTY CLAY, light brown, w! fractured limestone seams, limestone fragments, ironstone nodules, and iron stains 660.0 SHA�.Y CI.AY, gray o . m � C LL `o '-Co Z o � u- � �,�-� rr a a � � � a =�!l� �� �° �°_ � � w o� =p a� U ❑ �j 1J"' rn 7 �7'_ y= N N .N C = f� � 7 W C7 Q a�iV? m.� c-� � E �-a o p C� c o 0 � � m�l- aco :�� �� d � �U �� �Ua � � s I I � I � fi54.4 --- SHALE, gray, moderalely hard � — �=-- h— — ��. — --- _ ---� 649.0^-------------�._...__—.._.._^^^_ —25--�- ^ - � W N f�l r ❑ c7 � 0 a � rci � N � N � � Z K O R! U � o I�OG O� BORING NO. �nS � � � � � � � 1 D415" 30 42 18 24 6 7 17 ���� I"'V� � C� �rrcna��nuvc sre. - Project No. � Boring No. Projeet Channel Rehai�iltation Project �425-21-�8 ��� McCart A�e., Altamesa Blvd., 6ih Ave., anti 8randan Ln. -�ort Worth, TX Location UVater Obsenrations See Plate A.1 Ory during drilfing; dry a# comp[etian Completion Campletion Depth 1.0� Oate 1-24-�2 . . . . . . � Surface Ele�ation Type 684.0 i Portahle Rig LL p � p •' r '� a � N C � Q T� O.� � o �� � y U o � `� �tra�um Description o � �: � m� a a � � � �� � � � � 0 0 � C � _ c� _ ci � a� ❑ U c a--a O � N� �'"•= in ^ m a� .�? .«+ � a C W C7 � u� c`�o.� a� as � mv o o 'c�,�' c o 0 � [x wd� acn » �� a � �U a� �Ua ��� 6 8 3, d S 1 L 7 Y C L A Y, 6 r o w n, w l l l m e s t o n e f r a g m e n t s, 1. 7 5 4 1 3 7 1 6 2 1 1 9 — 'r�/� '"l� calcareous daposils, and ironstone nodules, stiff _/- -refusal of hand eguipmenf at '[' atop encountered limestone. N � m � I ❑ L7 � U � a C7 ni � N � a c� z � � i LL d o LOG �F BORING NO. �-� ■ ���� 1"l�� �1 Pmject No, Boring No. �425-29-58 ��'� � Localian See Plafe A.1 Camp[eiian Completion Depth 2A. Date 7�24�22 � 5urface Ele�ation G74.0 C� ENG3NEERlNG INC. - Pro�ect Channel Rehabiltatipn Project McCarfi Ave., Aitam�sa �f�d., 6th Ave., and Brandon Ln. � Fort Worfh, TX Water Obsenrations Qry during dril�ing; dry at completion Type Portable Rig � o a`i � Q � � � S�ra�kum �esc��pfion % 51LTY CLAY. brown, wl Iimest4ne Fragments, 672.0 �r°nstone nodules, iron stains, and calcareous -- � nadules, stiff to very sliff (�II.L} � � ^ � � ^ ^ � -refusal of hand equipment at 2' atap encountered limestone. � � � � 0 � U a � m � N � N � ci z � a m 0 � 0 LOG OF BORING NO. �p7� � N c L�L a`v Z o �� y y o- �a �Q ,�, � � u� � o � �� � �� �� � 5 �, o� �O aa i� � ���' •� 7 3= N"= f� N N C = y tl � 3 u! C'� � a�� m.� o�E � E m� o q K� c o 0 � � a7t1.1- 0.C4 :�� dJ 0.. � �U �J �Ud I 4.0 41 42 16 26 10 122 �F270 1.5 14 f �F'��� f�.�d �,'� �NGFNEEI�ING INC. Project No. Boring No. Praject Channel Reha�iltation Proj�ct 425�21058 ` ��7 7 IIAcCa�t Ave„ Aitamesa B��d., 6th A�e., and Brandon Ln. � Fori Worth, TX Localion Water Observations See Rlate A.1 Dry during dril[ing; dry at compleiion Completian CompEeiian Depth ��.�, bate �_�8_22 ' Surtace Elevation Type �� 7.a c�n�.��, w� c�a �: Q � � Q o � � �fira�um De�cripfion ' GLAY, dark hrown, wl calcareous deposits and pe6bles, very sliff to hard -w! ironstane nodules and iron stains b�low 3' ��2.0 -wl llmestone fragrrEents below4' I.fMES7�N�. tan, hard 707.0 L.IMESTONE, gray, hard to very hard wI shale seams above 17' 692.0 -------------��—�._�._.._^^-- � w � M � 0 � � t� a c� � � N � � z a 0 m w 0 o LDG �� BORING NO. ��'�'� a p! N � u- o� o o �� �.Na - a z �, � a �� �� � � �� �� `��'N � d•' LL C dj 'O .. . U � X a 6,7 ❑�% Cp�. C (] ❑ � � � � '' ._ y ."' M dl .y C p-' �j U � � !11 Ci d(U u! S6 d � E f57 � N TS 4 b �,.p � P O �' �' 0]�� dfA :JJ 0...� 0. � �U �J �Ud I 4.5-� 10 I � 4.5+ 23 99 1009� � � 4.25 18 � � 4.5+ 69 17 52 16 110 � I4.5+ 13 117 16990 � � � I l �4011.75' � � � � � � � � � 10011.5" � � � � � h 0011.25' � � � � � � � � � � � '� 0010.87�'" � ���� �.�� Project Na. 8oring No. 42�a-21-58 ��'� 2 Location 5ee Plate A.1 Complefion Completion �epth ��.�� Date �_�S_22 � � SurFace Ele�ation 710.0 � C� ENGINEERlltiIG IIdC. Projeci Channel Rehabiltation project AAcCart A�e., AI#amesa Blvd., 6th Ave.9 and Brandon Ln. - Fort Worth, 7X Water �hservations Dry during drifling; dry at completion CI4li�-� s, WI CF'A Type LL a a � � � `° �tra#cum D�scrip�ion _ J% '� CLAY, brown, w! abundant limestone fragments, calcareous noduEes, and pebbles, hard (FILL) �os.o LIMESTONE, #an, very hard —5— — — 7Q2,0 CLRY I SIl.TY CLAY, hro+nm to light brawn, w! — fractured limestone seams, limes#one boulders, —1 pebbles, and calcareous deposits, hard fi97.0 � LIMESTONE, gray, hard to �ery hard —18 -6-inch thick shale laysr at 17' —2� � y -1 Q-inch t�ick shale layer at 22' � 6&5,0^,_-----------._���^._------ T L I m � cn F- ❑ C7 � � a C7 od '? N u] N � � Z � � � �1. Q a LOG OF BORWG NO. ��'I 2 o , ` � C�E C LL O � d a �� �'� � �-+ � � � � � N� �a 'O� U� .0 � d ❑U � LL� �..� Q 7i � �.�. �} .7 '— N`. N N y C !-' y U�� W C7 � m� �u � Q�. m� mr� o o c� c n p � a C� 0. F- 0. ff3 .J :J d J a� � U �.J a U d 4.5k i0 97 � 60 51 17 34 10 � � � aa�a.SR � i I � �i 0015.75' 23 50 25 25 12 � � I � � I '{��11.37-� � '�40I1.12k" � � � � 10011" 0 PLAiE A.� � Praject No. Boring Na. a��-zz-�8 �-'� 3 Location See Plate A.1 Gompletion Comp[elion Depth ��.�� �ate ,�_.�$_2� � SurF�ce Elevation �a2.a CMf �nrc�z�G src. - Projeel Channel Rehabiltation Project l4AcCar� A�e., Altamesa el�d., 6th A�e„ and 8randon Ln. - Fort Worth, TX Water Obs�roations Dry during drilling; dry at compleiion Type C@fIE-55, wl CFA S�ra�um �escription o»: p) N � V- O� Z q �� �'Q � a a �, G r�, � 0 0 �� U�f o -o o U` U ] a O U Gp d'�u' i� Q 5�� •� 7 �3'_ N= N N tn �.,, N U� j w Ci a aa � �o .� cr �@ E ��o a� �,Q c a a � � m0.1- 0.c4 �;� d� d � �CJ �.J �Ud � 1 C � A.5+ 12 � �'I .5 40 14 26 1 S � ` � 2.5 38 i 5 23 8 124 � � 4,5+ 12 119 263p I 1 � � �pq,g�ASPHALT, 5.5 inches thick 7p0.7�GRUSHED STONE BASE, 10 inches thick 699.0 SiLTY CLAY, brown, w! �'ractured limestone seams � and calcareous nodules, stiff to hard SILTY CLAY, light 6rown ta tan, wl fraclured 697.0 limestone seams, limes[one fragments, and � calcareous nodules, stif# to hard 695.Q L1M�S7QIVE, tan L[NEESTONE. light gray, wl shale seams, hart! 692,0 LIIU��7�JJE, gray, w! shal� seams and occasional � sha e ayers, hard -8-inch lhick shale layer al 17' -6-inch thick shal�: layer at 21' 677.0-----� _.._�—_._._._.._---------- n � rn � m r 0 � � � � a � � � N � n a � z � 0 m o LOG OF BORING NO. �-� 3 � �10d11.5" � � �0011.62E" i � � �oor�.s7�'� I I � �100i1.25 ' � � � � 1 � I � ����� A.� 6 � � o � � � a a, � E N � ❑ � C'� EL�iGINEERINGINC. - Projecl No. I Boring No. Project Channel Rehabiltation Project 425-21�58 �-�i � I{AcCar# Ave., Altamesa 61►rd., 6th Ave., and Brandon Ln. - Fart Warth, TX Locaiion Water Ohseroalions See plate A.1 Dry during drilling; dry at completion Completion Campletion Depth 3.�. oate �-2,�-22 Surf�ce Elevation Type � IUS.0 Pnrtable Rig � o . � � p, p7 N G u- o. � E � a z � � ti '� N II � I � Strafium �e�crip4ion o � � �� � � � � - z � � � � \ p ` � ��-'LL. C � '��- ��- � � � N �U Cp Q� U �� y�j �7 = N'� tll !n C.'�-' f/i U L1J C.� � N� 46 � a' E � E f0 "G O D C C O O � � ma_� n.cn �� d� a. � �U �� �Ua. i ' CLAY, dark braum, w! ]imestone iragmenfs, bnck 4.5} 9 I fragments, and calcareous nodules, hard (FILL) 4,�+ 72 56 17 39 91 911 116EQ 703A_ =stiff belaw 2' ^ ^ ^ ^ — — — — — — 2.75 13 / -refusal of hand equipment at 3' atop encountered � � i limestane. � � I � o I c7 � � U � {��} I m � N If] N 7 � � � I � m k a LOG OF BORING NO. ��'�� ���+�� �•�7 J ��r-�i�l� Si�� �i��r��ut��� �,�p�r� � � � Z � � w �.. � ,�. � � . � .� ; ` 4 � o o ¢ � �, �+. � �v =�- � � � � � � � � � � � � 4Q4! I � I � I iI � P� I I ! 1 I I' � . ' ! l'� � i: 1I 4'1 � f I 1 i l l { 1 �� ! 1 II k! Ii� � I I I I? I � �a - � i J ,.: � - �, - -, , —� � '��--- � , I � I � I � � I' ��II �� ' I f I 1 1 l � i i � t` G R 1 I h. �I { 1 I 1 M � i � - - .. , � �a0 1 .. _ � _r_;� � �_ � ----��. _ _�rt � ��-- • � —�, � .. I; I r i� �� I il� '' �I �� I i.� i�� I� � � � I �� I' I I I 1 I�� � � 70 --� i ' !i —� ; I , --r-tt---- �---i� ' � � � � i —, —_ � t`_--�_i�,t��.'.,�, � ! �I � I � I I � if', I I i I I�,II� l � I, I� I I: i � ! I' I� � i I � I �$� � � �� � ��'I�� I 1 I I ' �-�---- .�r_ 1�—�-r-��—��-�'���t �--��-,.��.. ' il 6 I I I I�� I ( � i, i I I I I�: �E' J f I I I 5o i � ��-�—�H— F---� �� �f � _ �� �-�—�.� . } _ . I R� 1 � I I I I �I 1 I. I 1 ��'w I� � ���,��� , �k I i I 1 I I f �� � 40 — � . .. � L.. � ��_-�--f_� �; . � I I � I � • ! I I � � — L � - �I I I E I � I', ' I � i j I I I! I' i ' f i I 1 I I I�{ I i I� i I l I! li 1 � � �� �o--� I �--��--�-'�- � �: a-..—, -E-=-�� �--i'� +•-^, ' � � I I l� ��, , �I I � � � r �� I i � _._ � { '' I ;� I i I� 1 �!� !�� I I I� � � I. ---�—' i� G.��.._�,� 't'� � ��.��� a_ _ � _I i , I d� I I I i'; C ! I I I � I I 1 � � 1 � J i I i I I 1 I � I I I F �, i I 90 , ! � �-��-1,l ��il. ` l_ ° � _�,.. ��� '� .. � � i�I I 1 I I�� I I]'� I � I I I' i I I i. I� I f 1 I�� � 1 � II I I I t�ll,, ; -€i ._ � I J I � FI ��I. H I .� � �� _ I_ I , � � ' � -- , ' . — -- — 1 '1"OU 14 , _ _ p`�'I 0.00I �� �o ��^ -� _ �i.0 � �� �� � �� �� � ___ �RAl1V SI�� - rnm. °�a �7'r�Y�� ¢�o ��C!£� �. _._._...._._.............�. _ _ .— . . . Co�rsa Fltre �oa�s��Med���r:r : �ine '�3.[� 4,7 ��,� , k, I t�.�-- �- ---- _ i , � . _— � . . �� �o�n �__ . ��— ._ ��� . �� � z,�p�4 0.�3t.7 { �.n.11� �}.€}q�;? - � - — ..-. _ _ a � _ -- __ --- - - i�a��rlal �����'1��ivn Praje�# ��: 4�S-2i-58 C�i�t�E. �lai�Pium�:ier,�s�o�iates PP'�,�i�Ct; ��rarir.�l Ref�.�t�i�ltc[�iAM i�;��;��et� �t�:i'�;��;.,�:, `!' �.�� n�epth: 7�S Sa:npl� Nura�ber: B� ��:� �N��fV���fill�i, Ii�C. _ °�n �IES�� __ Sflt _ ���y_ 3�,7 39.5 ���i �� _ ��, -- � _ _.._--- - t.��� AA�HTt� �H A-7�6(2b) 'F��m�rks: — ���'� A.'�€� ��+r't 1�fa�th, %xa;� � ��rr���l� �1�� ���#��%��t��i ��"'�4�rt t� � z � � � � � � a � � � .�. .� .� � '� � �' �- � � =� �` ` � �� 9t10 1 �.j ��! I 1 �w � � I � � I�-I . � , I I� r! � I i, ' i { � I I! i� � r � �� ;i i '� � i i► i, � ea � i — i�-,1 ��, ...� . . i � I� �r ; �, _ I 1I 1 I I'� I� ! � I I I I I I I I I �., �','�I I !�� I I 1 �0-- � ' �.,._1-' 1 ; Tii i � �'f..__ ----l—i -r� �-�-- --� - - ! �� I � 1 i��� ����� �� � I I 1 I! I� i I I I� I I; ro — I' • r' I'��-, r�� �-� I---�--� —�- �-T —.� � - �—__._- -._ _... [ � � I I !!�, 1 a I I� I I' f , f 1 I + �� � " �.� �� f� � ! I i I I � � �� � i � so �-�-.._.- -1- �- � � - - . i — � _ � _��-�� F� � -� -� -�--�- -- - - - I 1 I a 7 !��f � 1 � '!� I � I l�� ;� ' � �' ' I J I I I� I II �I � f I f N! � �o --T--F— �i- =:��- i-=� f -.. _ _ � � „� _,�+� � � , � I�- i I l ,I i I { � �� I'�� I I I � � � ;� 1 J- I I I J I J � 'I �. 1 � I I+ j I � _, _ � -���i � .�1-- fr--+ � � '!�'' � - --r--•I I ; � �f � - � '��-- — I P ! I I� I I'i r! jl'� I I I I I� I � ' I � i 1 I i I'I 1'�' � �4 I 1 1 I f ' I�! �o - , I --�--�-��� _;., �;�� , _ .. . � - �I--���,-LL I ' _ � I I I I 1 k f � � ''I , I� I ! I � �'� � �3 ' I 4 � I f � �I �, I' i I' I I I ! 1 i � �o - ' I 'I _'_ !.. � _ I ') , S �� �, - I ! I - � - . �. �... � ;''. , ! , I 1 I I f I�- I I I 1 � I I � I � �j � a'i I�'I J I I i l I�I ' � � i _ �� � I i i i i _ L _�_.,_- .�! . _ I .1 _. � ' .. — .. f I 1� I I I I I I I I t�l' �i �� I ��.-I ! I i 1 1 ! I'� I I'I 1 � � i 0 e � � � I j_L _ � I I N I I� I _ 10� 1� 1- 0�� � 0. y 1 � [�,447 O' �� _ �.L �: 5�. � ChAtN �iZ� - min. °� �3„ % C�ra�el °�a ��'rid ...................__.._...._...�.�._._._._.__. �.�.�.._ .�..__�_..-----,e...�...._____ .....--- .._....__s.�.._.__�... �a�,rs� �ir�� ��oarse� M�diun� ; F�ne � Siit � � _. 41$ ' b:� , I _ R1. �.:�} d.fl 1.7 � I l,3 a3..1 � ' _ � � t �L, �3,�.� D� �r�� �s �.x��� c�.o��� o.���� M�fl��'1�� L3B.��p[�1�i4ii ��A �'1�. . _ _�tl o.a��� f��'O,je�t hltx. r#��-21�58 Cliet��: t�lat� P1ui�iri�er A�st����� Pro���t: C�i�iClr;4: Reltiab�Il�A[i�tr Yroj�c.i - raG�# W(sif}�, ;`e��:r � �3epih: Y-2 �art��te N�r�ber: �-� __ _ C��� �r!l�it�EE�l�I�, I�E�. � �ine� . �r C1a�y �2. _�i I G�, � - ����� .�-�-�(�b� - �i�c� � 'f�errl�e�Cs; �L�"i� �e.9 � - - _�-- _ FQrt� Id�orfh. '��x�� F- � � F�ar���l� �i�� ������������ �i.���r� � � � Z � � � �. � �. � c � :� c � = �± � �V �f 'cri �C^`; �±C� � q o O O n �U '�3' EV r- k^ ;� r+ �� qX _' R2 � 3C �iF 9e �.�o � � 3� i �� � i_ i i i I � i i I I I I! C I��I I i I I ! I I � I l: I 1 E I I I I I 1 9 I ii 1 � s� i i , � � �� � ��� - �--�-~�- -� i - i ;� � � � � ����,�� ��� � �,������ ��l I �� i � 1 I'� 1 I 1� i .� 4 I�' f I � BA —.�..� '.1 . _i _.ii i 'i I '� i ��,r _� � --- - ��. r I I I'I 1 I � I, , I �...� �'; . � � I � I i i l I �; I i l � I 1 I f 6' I , ' I x� ,�--�r , i...,._��- r------ -- * - �� ---r i� �, , — _ _ . ._ _ i � �� �� � � � t� �� � + i i��a � � � � � i � � � � r I �i � G i i 1'� �� �D �--�-�; �--•--�--�I--�l-�� I--k- I -� - --I-- i �'I I I I I: I I' � I�� I I I E I I i�� �'� '� I I I I! J I� �l II' I� I r�J � 1 50 j � (, {--�-� I � �I "I — i-, - --�---'t ;' --�� - �- -I � - � ; ' I I I'I I 1'1 � I [ � II� � i� � i� �i' �� a i�jY� I aa . - �� w- E--..�T_ ,____�.._,;�,�_...__� : �.�.� - �I - � �� � � l � i I ���k I' 1� � � i�. .� �. _- � a � � � � i �� i I i� � � � 1 i �!3 �-- 3� � I I-�I--�L•--- ' ,I � - I-- I� ' - -`-"`-�� -- I I �I'I N i I � �� I I I I I I� `� �` ; ? �il � 9 ! I f i � I I�k' I�! I �i ,� � �p- ..— �- . �. . _ � r- 4--�-� �! - � • � I -- -� - �--G 'T - � —� I I 1 I I I 1' ,��� I � I I I I `' �' I I I I I f I I i� I � I I I � �,' I I� 4,0 I—.,. _� t ��� � � � .. 1 , _ ,.i —,� i,._I„_,� _.�.._'ll'.,,__ � I C � I I ��-- �� � � f � ! I! ! f� � � I I ail � I ` I,� 1 ' I r+ � i ���. --'- i 1 i i 11 _ k� N � i 1�J �! 1 t � _ '_ I a tl�: 1b. 1 d.i +5,i71 � V-�07 ��� ��� o Q,Q �;�_ �.� � �� � GRAlN �E�� - rrrm. �o Gra+�a� ' /� ^�and ---� ......................��..___ r - — . . _ . _ a � i±O$�St! ��Itia �DdF5,4� i�iL'b�kJli7 ��nr+ ----- ....--�--.-. - �..,�� O,Q 11 _6 I � h,!! I 9,� ... ]?,�4 i � — i � I �� ���.. � ���._� � ���.. ��t� � iF a_�c�s�`�� ���•� n.�o�� a.o��� n:�o�� I --- Mater��! [��s��iptiot� �f�r'qj� {��. .d25 �1-58 GI@��at: A4�r���l�tii�rtt�r�„ssuciat� �Pto�eci: t�i�:�iute� �i ��iaha�i ut:::� �r je.�t - �ort Worih,'I"ekas +��,. D��th: o-! Sarr�p�e N.unnber. �-1.Q ��J �I��I����li�1��� Ihl��. °� Fines �il� ; Clay rs _� � i _ � � ,� �°�� _��_ ��, .... .. � U�GiS AA�H�'� � �c �-7�s���- Re�'nar[�s: PL�►�ic �.�� i�or� VVorth, Yexa� _ , ... .:��,,,,�� ,,,,„,�— ��r���s� �e�e ��s��rF�ufE�r� �����t � w � � �- � U W a � � � � S' � � o � .5 .��' �� ��,`,� � � � � � � ��a� � 14ta I I I : I Y�r i f� i i I 1I � I I I I I I� I � f I�� I E I� I I. I l; t I f l I�; I f 1'� � �_ 1 l, r i � i... __�� � �._ _._. _ _.. ' �� � f� I t I I I I �, I f� � I ��Ij 1 f i I� ' "- `� � r f�I I ' I � sa - �---� , �r---;-��� —i- ----- �i � I I f �� ..I:-.-. _� I ^ �...� I I �I I �; I t I I� I i � �1 � 7Q i J �"�'�'I i f-1 -�' k �---- ... _C___ .. - � �� � -- — - - � I i I 9 I I! i I I l I 'i !� I:, \ �'� I I i �! I E I I i ;� l I f� I' � �a 4 `I�!I i I I j --i----i __ I.. .��,I � ;i j- �� - ^ � i I �I, I I I I I I �� I�[ [! I , � Ir Y �a ----- --•-1- �- -'� � 1 j - I _ _ ,, f — .. E —�.__-ml . _ F�. �_.. _ � _ I I I ! t I� I i5 ��� 1 I, k � i 1 a ; I .�: � �.! ) , f I ! I � I � ( �� I i I i 4i! � i i --',�i �, i-= f �- I - .- � - �- � —r--� � � I�— -'+ '; � :� � I !, i �� I I � ! I�i ! � I i I I I � I I� I I I I I � I �i I r I! 3o I I R-�-.�-1--�-- � = -��f^ ��- a' � _.—�,� . I 9' I�� I ! � I� I ��� k I' I � t. I� �� � � i j" ��I I I ! � � �� ' I I i 1 � I � I .�� � 1� �-�! �1— ��. � — � -- -�— l �- �� � . l �-- � ! 1 I I! 1 i I�i'� I' I I�i I � � �� 'I I �+I I l � I R� ► � I k'� �I 'q8 � � �! fL�_.�!_li..-�,..—_... ...�..... !l�� � � � !11.--- — --�- �— ! � I �I I'I � I t''1 I I I'J I l I��I I! i I I I I I I�� � �- --- F� i i i � �--'- -----� � _� i i i � � � � ----- �� �n �.� -o,n� "._ o.00� �i X �.� o s� 0 €���rR� ���� - mm, - -- - ��Q ��„ °lo C3rau�e!_ 9�e Sarrd �.�. _�. ._......-�--- .............._._.__.,....__._.. �-----.-_-._._..._.. C�ar$e �irte Go�r��; M�diur:, �Ina �.{1 b.� 2.7 �:� 8,7 l0,5 - F'L _ ��� �n�e,-- ��Q �3i} �i7 Q.67�2- t1,4;r�S D.�1$:1 , D.fJ(320 I�at�r€�! oes��i�t�on ProjeG� hJc�, 4,�5-2,i=S8 C�i���s �,t�n Pl�mmier. l�ss�cf�fies Pt`�Dj��t: ��an���� RCk FW�!a�Fi[�i: ]'ruj�rl - �arrt VVi11TIY, ��%�K�1S C� �lepth: �-2 �alii.pl�.h�U11'Iberr. �-14 �14�J �Al�lN�����it�, IlVG. ���� �a�n, r��r�� _ .� °/n l�i�s �iE[ I 3�,r� - ��4__ n�� ) . � � � -- �. � USCS �� I�ernar�z�: a� �1ay 3y.a: C��- ... _ ............ .. I��I�H�A A-72���7) ��Ai� 1�.�� � � ^�.�%� ..-t...,..,..i._ _ : I { } ; ' { � [ � _...i...... :.....'..... �.._i....l_F-. � � ..._�.....�_ _ . � 3 i - �_. ..._F.....___...;. ��«�.�.ir. ...�... . . ; _�_._�,._.._ _�_-- ; L��.� . . � -O.OS ; ���-T . ��.I i � , � � � -�� -i � � . � _ ' _ � •A.p25 , ' —I �� � - k� • i � -- ' 4 i � ..r. �� � pilaiian � j - ' � -- I ..� .. � �- : � � � { i '"�- � � '�`� "� � O -- �__ � � a� . , : , � �-- ..,.._ � .� _ �� i -�1�- k-� : � _ � _^�. — _ -' - i.. , - _ ' 1 t = � n.��s �-r-� : - j � L � _ � �; . :��..���� _�� _� .� _.�_ � ��, � j-��. :-�:��. , �l.b� � ` } ; ... �. � � --�-r_�, - i;.. � . _, - ;--� �. � , . �-i �.o�� - 1 � � ! - - - - . s �4n ��� zo I ���'8{I'Ii �a 640Q � ' f ��Stl��3 � � ., S._ ..� _.. _ _...�_ ., _ _.,�. _ � 1731 . , � . j �� � . I -. .- j � � � 28.5 r _�..�I. , ....._ , , �fan��) � 0..�4: - � �-',---�--� - : ; --..._;... .����...,�_��_# ! _�.,.�._ _ _� .. �- -i -.- .�. .- .� 40Ut; ? ; . � � - � . I . . . _ ; -, '�jy `- .--�-- � i I � � _..'—_ � ' . _ , —., _ � __.., ¢; ...,. .,..�.._ � _! , _ . � I . _ y ���' I I I . . � ' ' I _ . 1 � -.-...,4....,.»� �_-I, I I_,i � '�--I !T � �- :�=--�-' =� . � �' ' '`_ R , � . � �- __. _.I�� - . ; .-1 � � �a��,, : ,�.. . ,—_. . _ _ � _.�.__ f.._._�:.,_ _ �_'' . --,._. ; _�;��r.._.� . . _ --; � ��$�.�-��... � . , ° o � � � � zooa � � ' � - �Go� 1+fa;"�! �trt�a� ps{ ti�b8 6o0Q -� � � � _ � —I`�_ i ' + t � i ` ; �a'tple NU. � �d � � W�'�_��;��...� �.- .�._� T�I I Wat�rC�ntent °k 19.5 i9.S 13.5 T�I. " , �90� , 3 ! • � - � � n� n���air� n� 1(17:� �{12.4 �07.$ .._}......_._.._..�._�.m..� - �.. ..,, ..,., ..,.,, �..., �.,. _ _. _� ._ _._ � _;.....-- -.F ,-� ._ _ _ �TM ��tur�sl���, 9� ��,.3 $�.9 3b.8 �� �'�_' �� i ' �� Val� R��so Q,�4��,�r t}.�15� iD.S3�1 4d�0 � � . _ ; , � I - � w.��_._.._.:._.__.�, ry A,}�ry q A�} 1�+. � �. _�;�- -r -��. ..1 i. . -a,�+^Lrcf� �n. �.4! L.`tl _G.`Y{ iA �._! : � F ..__., � -i . ; . .' � --�- -• � � -�-=�---... _ .—! . Hai4h:t, iai. . .96 � 3QP0 _i � � T. . �.., ; p _ . ,. ; , , '_l.._ _I. V1�t�r Gor,t�:t�t, °Jn 20.3 �3:� �c�.? � - - ` � ' - � � � � D�y Qensit�i, pcf bOS.i 101.8 1�6.7 .�_.— . � M -� - - ; ; ! - ' a��+ , Sat:�*at�or�, 94� 97.2 .98,�i 97.1 2�00 � � ' -_ , �. � � . Vcad R�tio '�i,5587 D.6243 0...5,�0(l , --L`�--' � �` j� : _I - -.�. - - �. . �- -�--�. �� i7iam�ter, fi. �.�F7 2,�'I �� �7 �t- I� �iaop � �� Y ; k T'- ' � . -� -�-� x H�i�h�, in: {�.97 �T.9b LF.�+7 - : - -� ; �—`�:—:-� i- l���tmal utr�Y�� psi �{J�� �Q�O '304t7 n � ' - - '.. _. � - � F�FI, SCre�s. pst 2��7 2893 �3�� � � � ' '�Or i�a 2� S#E'�itT, °/m �,� 1.� 3.9 StraiR, % Ulf. �tres8, �r5f w��ain, °fm �frain ita�e,ln.lmin, �.{�00 Q.000 Q.Q�D �Sa.��sle Tvr�e: �h'lbyTufi� C�ient: Al� : ���,;•;�:;�;. e�.�.^u:�}�� (]����intien; Prtsj��'k: Gtaannet E�e��abiiitakivn Pcaj�ct -�'prt.Warth, Tex�s '�,�.= 7& PL� 2S Pt� 5I = �4ssurr�ed �pe�`�f'ic.Gravity= 2.�5 �arnpter A�ur�rb�r� L� �# [?�p#h: x-8 �! �rft�!'lca; = P�oj. �io.: 4�5-��1 W58 �la�e ��m�a1��#: 1121l��2� �� -- -- -- - DIR�GT SH��1R i'EST REPQRT I CMJ ENGII�iEERi�G, IN�. �,�Ai� �.��' �art W��h. Te�as �V.V�� f ' ' � 6 � � �� " f —I�� ����� W ° , .�_ _ _ . ,� � � � � � � •� � .:_ �..._ ; . ; , � _;__._.� _..._€.__._� ...__ _ _.�_.r ......... -{3,03 --�--- � � ; . � ' i � �'t�. 1 i { , � _.�_T_m' 't�i`1�'�-,".�..�.. _ , —f-�.-.�.._i_._ .i ; � . %n /� i r � � '�aV�� «,.3..... I �� �--�I �� �..� � � ��n _ . _ � _ I � �-- , , Y � � '��.;. � . � . ; ' _ . _.. ' _ �. - i I �, : � ��g�. ��.�. _. .� � , : � —i—� ; � — � ;...- r-.`- , . ; - I . ? o.o�s���� �;��-.._,., ,= , ' I . t �i-,, ;..,_i�.. � . - 1 � - 4.�� ~' ", !� _j ; i : --�-- S � ; , � + � �__ -; �- I � - ,� - ' � . �._ a;n�� 4 .� 47 � _s z� �'u�rc�ITl, % s{i�u �teSU�ts �-- � F € � .���--- s��' �: ' � �; -f ._�.r. _ ....--------......_,�, ��,.����.�... $�� _'� _ �-_. ..! �'an(..� �.�.-O.'I.5_.__._.__ . � i 4 ' � �VQ _�'_ � iL'��, � I � I _ ' ' ' � - .... ,.. � � _ . �: —� - - � - - - � ���r...E_. _ i . � .�_. . , _ _ � � _ �__ -� _ .� _ "F:. _ t � ;� _ ...� . � ��-_ � . ; i � -�-� zc�ao ? � - � . � � . _.�..._�._ � GI-T i,.,4. .... . _s�.�_c _ � _ � . . � , .., . _i_,� ,, � I ..i i . . _ I . � I � -�. , ;;- - -i-;- _,. 0 � L . � {_ .� i ; � = -�� : =- � . ..i. , _ ,-'=! T � � I ! - . .; �_� �� �-I - 'fb0� ._.�_._ .._.1._. _._._.�..._. _ ._ ._..._ ____��_- - iE'I�.il� NCi. � `,� 3 ( ..��. s� ' � � Wat�r Content, °/v 19.5 19.5 19.,5 't25Q -�---� � � ` __�_. _.1__4 _. �--. _1_ __ .�. _�. .�.�__ ._..�.�.�. .....�..._ .._. nry �er�sitY� pc'� 1 Q7':2 � D2.� 107,� ; 3 -- - ---,-- . � '�_._ '_ � satura#bh, % �5,3 $3.9 9&.8 _ __ �w. _._�._ ....; �p,, _.. ._. ...�.. _ �. � ._.� �-_ ... � 1o0R ��T� i ' �--r� _' �-1 : , � � 11o�id Ftat�ca f�,5�12� p,�"! $9 (}.534i "'" _.. .._. ._ �._ �... ' � `� ..�. _. � Diameter, �rt. �.47 2.47 �.4"7 �, .�� r : � . _. . ._ � _ _ � � _�� t j � , , ; . .' � : �����t. ia. D.9C� 0.9ir 0.�6 � 7�0 �` ' � .. .._ I , � . I� IlUaterCan��nt, �u 2{1..5 .�3.� �4.2 I � ;� _r . . � �- i : ` nCy D�tlSlky, �pf �46.1 SOi.,8 lOG,7 ` _ - _ 4-'- - : � � � �0� �-' . � � I � ro ��turation, 3� �7:2 48.5 9'�.� {. i _ ._ .. � . : � .. ._. _ . . � q VaiQ Ratio fJ.S".�$7 (�.52�3 O.�S(10 �:.� -- � _`. . . _ � ._ _. i f3iarne#�;r, in. 2.47 2.47 �,�7 260 �_ '1 .._ _ _ - . � He1t�F3t, i�1. 0��7 (i.9k Q,97 L � � NormaE �tr�;ss; �fi 100� �Q�4 3{S�t3 �-`. ,. ._ � �_�.�., �.�F_-� {� i � --� � i , ; -I �� � � � �'aii. Stl' a$S, psf 7�9 �'�� 1 U�1 ,�����,, � �i�:�. i�.2 �fl_2 Stl'Altl� "/a �f�.�w�i�'�58, �33f Stral�l� �/o �irair�, rafe, irt.lmin. 0,�25 0.025 �A�S - S�rnqle ��pe: 4?:Y�!�;r Tube Cl�e�t. Al�ri �l�amznea'./�ssQczates Descri��an: Prnject: Channei Rehabiittatian �r.�jec.t - Fort Wn��t�>'�'u�as L.L= "76 PL�- ��5 �'tv S1 Assumeci �pecific Gravity= 2.65 S�rt�p�e Ntarnh.er: B-4 �7epth: 7-8 R� �t�;�:�ark�� �t�fii�uai � Pr�j. N�.. 425-21-5$ d�t� S�mp�ed: 1/�11�Q22 DIRECT SHEi4R �'�S`� REPORi CMJ ENGlNEER[1�G, 1N�, Fa�t Wnrfh� i�xa� ��l�i� .�,�3 -- �tarmai.Stress, pst _.. __ .... ._.. .O.nS h�, ��� � ,� �� z, i ._r � F-�-�—� i � r - ::: —�� ��—,-�-=_ — — — � _� . _ �_ :.�_ -�.c� € � . �I _ __ I , � — ' —5 I �� _ � .�.;, .�_ '�_ . .I�- - �, � �_T� _�� ' � �' t �Q.fT2 �-_-�-� �rt— C WL_ � ��r � � � L ' ' ' "" ' ' ' . _ . � , _ � OitaPc�° � �.�. . - r - ' ' - ; _ . , � ' , a Q� + :. �-. T.... � ._..i�� �v _I ., _. , L] L`- � �i: > i I , , , � �.i...,.,_.;,.._..,.�,_...� - ---�� � � 0{)2 �� ��-�-- I � � � ' -- � 1= �_ _ ' = � � �- ���_. ` � .�� I - ��.Q� { ... -� _� { " _'._ �� � , 3 € J I � - _...�._. __�_._ _ r. , -' _ � i , �.Q.�.'--�-.-,..-;�---' ��--� i— � � I � � � � � � 4� ' �� �.� Str�in, �/u F snoo Re�ults <. � � ` ---� ���s� .: �� _--�-=���� �� -- - .�.�-: de �_ �.� � - ; T�tt(#� 0-49 i�._�_.,;.... �„1._ �� i� . � .1 r ��� i#, a ---�-'y- i—'��- �-. i �.� I I .. __,, r � .,1 -'T i �{OC}0 � � � J �, - � ` �� ,�, .� ., �. , _ �. . - G — - -.a. -- � � � _ _ _..� k�; , - � � -� ���� 1�'��k�_.:i , ' ;� � ��_'� !I ' �? ,I `� ,_€ k _...� ; -, _ . .I. '.. � � z �, - �-- -.. ... � _. _; . , � ;,: . . _ �004 � � � -- I � , , . _ _,... _ � � I �i , _€�_� � - i �� - -� : - %� �---.�.� � �. �'I_�.. _� . �i . � `��--_ i � € I � ' �r�� . �LI � '-_ - � : ; � . � ' i i � ....�_p_.. . i ' �_"'i" i _ ,.,,q"'" I � I ; � I � �--._ ... ; 1.. . .. ... a 7 � � � ' �a��n € � � I � � � �4no Narmal Stress, psf 3000 --�-- - i � , : . , , �� e o. - - � : � �. __: i.� mp[ f� � 2 8 '�y - -�-. -. ; - , � water r�nt��t, ��� ��:� as.z ;zs.� xsr�o ' ^ � � . .. - -a � a ....i..._...... ' � � 4 . _� _ . pry i7ensity� ��f �2.Q 93�2 :��.9 '-�--� .- -� F _' ' I — - � N ,�"a'iu��¢3.'�S.!?F 4%R 4�.� �V�� ��.� --� ---'rI-� .. . - i - - L , � 2Q04 v_E;� L� I_ i F; 3_- -- F' V�I� f��tlo Q,��$5 0.775�' 4.$2[i5 �, � , : � ' �I ` Dkan��:��r, f�, �.�7 2,47 2.47 `� �..T�i._I. �� � ! � , . . . I F�e��h#,��n t.tJ4l 1,��0 0.96 � ��oo � � � ; .-- W�t�r �qa7#�n+; °l� 3�2:U 29:6 -31.� � C.. f! ... ;� s�. __ � Dry �ensity, pcf 8�.� 91.� g�.� _" �QO� - - i -- I i �_ � - � --� � �s,f��rat3nn, PI� �$.i �7.� �5.� ��._ ` � _;.�� . . �� � � �, Vold �z�tin {1:8�S6I Ib.�Q'76 Q.8489 '_� _ �� � - j� n��rr,pt�r, in 2.47 2,47 �;�17 � 3 .......�- _ . i , _ . _ _ 50� ..� . _.� , � j �leighl'. in. �1 <�� l .0� D:97 -j; - ;�-; �- �" � �� � . i, Norm�i 5#ress, p�� 1(�Di} 260a 30�0 - - �- - �,- � � p' � j I -;�. , i i� Fail. 5twess, ps► 641 t 147 16�4 ) � ,�� � __ ,�� �� �"train, °I� 6,0 5;9 i0.9 �tralta. "!4 Ult, St�`�ss. psf �train, °I �tra'in rate, lr�.imin. �,[S�iO a.¢0� 4,OQ0 ��;;��1e "�yp�. Shelt�y i'ube �Glietit; Ataii �'luinmer �.�s�ciates E?e��r�pii�cn: �'roj�t: �hannel RsY�biEit�tion Prnjec� - �a�-c Worth, �'�xas LL= 75 �L� 1� �l- 5&. - I����i11L'+.� �FI44�ii: rp�*:: ,�-?.�� �iarrtp[e lil.urnb.�r: B-7 oepth: 3�� ��mark�; � + P�nj. N�.; 42�-21�58 t}a�� ��mpled. 1Ii9/�0�2 ° p1RE�T S��A1� T�ST R�P�RT GMJ �NG1N�Ei�11V�, INC. �L�T� �.�4 F'ort Wqrtl�. T�xas -a.n�� ; � � � � �-�- � . .. ,_. _.=.._...... _.._._....... � , ._.�.�- �_.. ..,.. _�_��__ .., � .. _... I..�.. j �. � .. .._ , , f � -, ; ,�_..._!..__....�w._i - .,�. . . ` �� 3 ,,�... �,_.. _._.� _.�,_.. -(3_03 --=f--_"_----'E�� � i � _ r _;.._�_� I..�1� � - _ � ��_- �_�-, m.� __. � -fI:Ct1� � y � �, n -.;,.. �r.,�. ' ; • T � %�i � DdfaNcn �. % � , � � _� I. � . _ . ; : �. _ � ��. .. _i , t I i i. .. I I i i gl' _c'--' i � . Cf ..;..._�...� - � � I r . caa�t � � i - � � ,.,p.._a,_ , , . i � -- � a.o1� --, � � ' �� ! i -1 t� �, ,_.�._ � _i � i ' j � -�._ _ 4_ r _.�.._. I _ � j F � ��� I �3.�3 E I •� T � _�:� � . �--�— — .:Y. - - _., _ -��-� : _�� � ; � �-1 _ . � .� : .. I = - , 0 � 1� '{� 20 SiI�In, °!o � � saoa ; _i.�_ _ - Ft�ults ; _�--�' - - - „ � —9—i _ ' ' G� �?Sf 2 (J ` � ' I .............._..........A._._......�'._..._�.._...._... . ;-_. _; � E , _ �,de� 21 � +�,.:_�:�_�. t_�__t-�� � C_�. '_.__.. �� , � ...................i.._.,..,.., � r�� �"--�— � _�__ ��� � _.' _' I �i�� .Tan...._ � Y .�..,.. ., _ 4 i . � � �� { _.a __ _. . _ . �. :� �:�;_�= �_� � �� --- - - - �� � �a(7(7 -^ � i p � .f_..�...,I� k. i � .� � � - - — .r - - �, ` .� � I � ' I � � i �� �� _ � - . � -'.. ' � I ` � � .�._ _ . ' I — , ...�,....�.._ .....:... _ F ' r " ' ' " i _ ��... .. ; i � ,. : +...�-��.- ; � : -.� . , ; _ �; . , ' I . . rt � ....!.._,.... ..,,.-.. . . li- " I i � � ��� ' � ' ' i I ' . . . . �� : 2.D40 _.—._.� ..... , , . �---�.� .— r . _ ' � � � i : j ��—�� " I � I i �, _" _ . I i r .. I +I , . I -5 ,—�.I..�' . � . I � ��' �A�R� � i � -i'! .-�� . - - , :.�:- i. 4 _.; � � j. ;_ � _r . C . . _�� -- � � 0 . I �. � ., ._�_. .. _ . ;� 2U�(} -- d40a 800� h2qrrr�al 5�r�ss, �st - - - __ _ TSao'..=._. _. � � � . � : � � ' .. _ � �atn�Je �0. 9 � 3 � � �-- �_E . : '� . � . .� �� �: _ `— � i a 3 — � i . . _' ., � r � - Water C��ient, % 28,2 28�2 2$,2 � 25� � : ; .;.��." F - _ _ �ry D�nsit�� pcf ��:� -93.'? 93.� , ..�_._:.. �.' _ I ' � -�-.._ ��� -C f... ' _ �+ ��t�raliair. °l� 93.5 9�i_3 �3G_9 I � . ._ I_�rt �— —���� - � '� ' �o�a ��t�o o �;ss a.�r�s�r o.7�os ,� 'l006 I � .� . r�. , . -.r-. , piar�eter, in. 2.47 2:�7 2:47 •� '" " ' H�ac#ht, �n. l .00 I.OD 1.�Q � , . -- � � I • -��-� �� , _. . _.._.. , � . ° — I '� l�Ia1Qr G4IIlwr:{� �Io- .��.� ���.� ��.�.� � 7b� ; _�� � �. �.I... �. � 7 i � . _ : . � ; _ ._ . , _,-� : � �ry i��n��ty, A.cf �9.� '�r.s s�.S � - - , 7 , . � � — - �._ � � �„��;,�r�ticin, °!o �$,�3 ��7:U 1$.7 5i}ci ; � ^ � . � _ r.- • - �-�- � � '�a�d R�tt� 0.8561 {3.8i17� 0.84�� —�.rnL ��� ,--;-. _ � ; aar�eter, ir�. �.4 � ,2.47 �2.47 250 - � �_..... ` � l� � ! �� . . � ! , I �.eiqht, in_ 1.Q3� �,{i2 i.OA� ;- � . , � - -�-- -- � iw� :•;;�! �t;�yy,-r5f I�1.4tI �0�� 3(i4(i ...,_._ �1� i �: � . � ..-:.�� - �afl. �sre�s, n � b8�. 1��� I�SB - p � � . I 1 _Y_� � 0 5 �f0 �� 2`� 5frairi, �/o 't$.5 '18.� 8.3 SIr�En, �io- Ult. 5t�ess, psf Straii�, °k �tr�ir� rate; in.lmin. O..QZS 0.025 a.D25 S2�rn�ile�'ype: Shethy�'ttbe �ti�nt: Alani�fun��r,�r!'1���:�i�t�� � Des.crip#ton: Pr.oje�#: Char�nel �ehabiiita�ian Pra�je�L-Fb�t Worth., T�xas LL= �S pL� t.9 PI� Sfi As�u��J ��ai�c C�ravit�r� �F�� Sam��� hl�amb�ra B-7 ��p��i; 3-4 RE� R�rr�ark�s Resi�ual �ra�. t�ca.: �25-�I-5� aat� �ampler�: I119l202� t7.1 F��G�' SHEAR TEST R�PQRT � GM.� �NGINE�R�II�C'�, INCr, �ork 1111�ri�. Texas �L.�t'i� �.�� -0.08 f _ T� _. -0,44 � —i �, z .. F .��_ i s � •O.S}2 � i � �.._._..�. � � � �� :-�-_�_ _-_:, - . � ��� � �.�- � �',.��J. �.. �..--._� ' � ----� ; � ... _. � f. � 4-�-. ._� 3 r ! � �' • , � I -; - ;� ' . �__. . ��===�-� ������-�-�� � � � q� A.02 � ` . I � � _ � �... ....:_ _. ..- ----.�.. ....a� __`_ �—�---� "i_E—. ..,..�.-- __ �, `��; ��;111�� o.o�a.-�__�.__�.. -�4�� i -�I-�� - I - -�a-�� _ � _ . _ o.os � -_, . . � . ._ ._� _ . : � � � �o �, �tfa[t1, %_ � f�3 V = �_� ,I z� soao �ssuits I .���.._. �Hl�{�} I Q � � , � �..m�r �—�s— t 4f1.4t3 �� {- � i � `�. ; I- _���. � �.�' - � �� �. . • � , -- � ��� --� � . 20t}0 ; I � - --� - � � � �.�.. , �� �,� �..; :s ! .� _: i � i 4 _� �.;.. _: � . _ ' 3oot� � ----�..��...�.,._� _.:�.._. .._. .... �:� �� Sar�ple Na. � _� ;. .. _. . - . _ - � �i _� 1Nater Cpnlenf, °/d 2500 _ ; _� � _-. _ ;� '_ - [3ry QensiiY� p�f _ � � ; '� .r., _. . _ T r � � ._ .� ��'+�r�#��n, % T ��oo = - ; 3 � �` vota �at�o � .' _.��-:--_ -i� . � � �. -�� ! `- � tlia��t�a'; in. �. _ �—_. _ w : , , � �, ... �...... r..�.�.... � � � -_ , , • - ��- +� f ' � � Heigi�t �n �, ' — . . ��_- i .. _ . _. .. . ... .. � r �.. = � - . - ., � 15a0 � _....�._ _'. ��...._ ' r" _ 4�alsr Cottten:, °1b � , - � f � � � . . � �.; �1--� � : � ��������,��� ,.:. � � j ' ' � � �slur�rran, 9�a � 1 b00 : � � � i I '�;.._... , G 1 � -_- - -���:� � � � ���d �t�:�� ,,�..1.. � `.. . . � � _� � • � � _ .� .i. � Dl;�rnet�r, In, 5�� � + - . � . .-�.-. I . �_�-4_� �ie�l i�t� Ir�. � --! iVO�'TI'f�l �#r�?c�� �Sf (T ��-rt � � i ; - � �.. � ..� � � � ��i�, S$f��s: P3� � � , + 1{] 1 i 70 StraiC�, % �ir��(�, % L�It. Si��ss, g�f Slraln, "la �ra9n rat�, i��,lr:�sfn. S2�m��� '�y��: :li�t�,,':',�?a: ��ien�:, A��n�+fon3ititcr �lraaaiar�s �as�riptka��: t _� 1....�... � � ��. .�. ....� ..�. �...� _.� .. _ . _ .... .... �... _ � � '� � _ � � __ � : ; � � . . , � . u ..., � � .. .. . .. - � --R-- � • � , , !.. � I I I � _�— : � . _; _ � �}.. _ i �-�-; .�. .�_ _: _�_ -_� � �,-: � � � �+__'--.�=-.-�z- -, : _ ����- t_ �_r_ � � � �� � C .�k 1 _t. , . .. f : , . � � - — I -- J.�-- � I,� t ���, . � I��i I � '- ��._ ,�' .�-._ ..f.... =- - :_�.. �� : =1_ �---. ._ - � r ..: -; ; ��-� ; �o� ` � �� - �.Q�Q �� P+tt�t�rral St �ss, pte 'f � 3 15:,� 15,8 15.8 I 1 Q.a 1���b 111,2 ���.$ �fi.� s�,a �.�nD� D.�777 0.��� 2.47 2.47 2.� ;' �.9f 1.04 ]..�a 2b.1. ��,1 25.4 ��.�. ��.� ��.� ��, 3 9�.'3 93:� a.�3.�� c�.��7a a.�1'�.t �,47 2,47 �.�'7 l.l i 1.1� l .,15. f.41Q4 2OQi� 3�Sl�i 1367 �$�i6 ��.D$ 1:8 '2.A 3.6 o,l]ob il.aDO U.00�O Project: �Chaiinel Rehabiiitation P�•oject - Fcirt Wo��h, �'eacas i.l.= �� P1.=17 ��- �2 �ssum�ci �peci r�'i� Gr�vit� �:GS €���rtark�� 5arnp�� Nurr►b��: �-11 �7epth: 3-4 �r�j. [�o.. ��r''�-�R ���Sampl�d: 1/I8/2022 �����T s��a� -��sr RF�r��� �M� ��������}I��, [hi�. P�'�� �.�� �or� �'�arth, �-exas , �.��� __�...__._ 'T�._ _.. � � � � ' I i � : __.--- - � � �:..:�_.: : _ � ��_ �..� ............. � � � � ` � �� ��..' � i i �.. � -�.03 �i ; � � � � :._ --,---�. ��-�-, . �,���--� � 3 y e.�....i .. i y i i , _. G �., � '� ���a�� � G-- .�.. = _ _ _ . � r � . �� _ 1 �,. � ���n'- --;- - i . � � 3._ ;, �.--� � -I p � }I - I I-t ��` �I ,•� i ,� ,��' �4u I.. _ _— { . .�_ —� � ' I � 1II .. � �'� fl.V'lSr � II � I • -L� ��� �I � : _ __ _ � _1.. _ _� . .�• � -`� .� -�-- �- } I �..�T i . - f •- a � - � 0,�� - - � i _ _.� � ` I �-'= _. _�_. �_ T . I_. _ _ � n.fla� � � T - �i ��� �� ��- ; -- -�._- a a a �b � �a $�C�li1,. °/m soa0 f _��'j.Y�..�� � ��': T�f1{� ,� aoaa E � � � ..-_; � � ._.._��,.I , �. �i"�r � ._. .... ... ..._ i� Tn ; �LVQ �_,.__4 �� 0 �u �so �a 1�lormal S#r�ss, psf F2�sults ]-�--_-j 1ft2_..__.__ � �2,:�... ... ; 3oon __�.... f 1. � � E � � � ; � ; ; .! '� � . � .....;.....� ... .....'.... : , �niple iVa. � I '�......._; � _ '._ - ; � �� � � _. _.� ..I_.. ! Water Cil�itent, % 2sc� �-- - � � r '=I- - r�. Rry Qensli�r, p�f � ,� Saiutvt�an, °� � _i I', �- � -�-, ._�- ~-� � I � C �'oi� Ratio 24Q4 � a -?'T--r-- I -- - - � 4 � i � dS�917kB�$f, fi}. ���-- -! --- -�� --�� � --�_; , � � : _ �lel�hi.ln. �150b � _' ' j I ; �.._.� � Wa#er �onk�nt, � � _, - � -� � ' -- - �, Dry per��iiy, p�. � � � � 'EOOfI .��..I � - -��- ; .�, ., � S��Ufi�t[4ff, % � ' ,� . _ � .� � �� �_. ! � � Void �a#�o _ _ , �-t't €�fameter, ir�. .. .,^� ; � —. - - � �Tf �-- �od .. ......� ..1._E.. 1 . .._.. _; I ! , � Me��hi, f�►, , �---�+ ' .#. .�..- - hi[��i�1�1�ii��s,#sf p -�-� ��. _.� .. , . � �-�� . � F�I] Stres W, ; sf Q 5 7c7� 15 2b �{��[i�, °lo .�'Erit��, °Ia ll�t,-�'�BS� }7Sf Straln, �!c S:tra€n �ate, 3n.Jrriin. '���*,rl� iy�e: S�e�by:Tu�� Cli�nt: ,4;lar� PI�irYrmet� Associai� D��crJ�+ian: a � LL� G� i'La J'7 P1 � 52 AasR�?�rI �npr.ifr: E�ra�v€#�, �.�$ _r-_..._ R�:�:�rk�; Itssi�k��a! � :i a J. �.8 -:15:$ 15.8 � I�:3 l I2,[� i l�.2 �3�.8; �87.� �8f�_0 �.5�t?� �.�'�77 fl.��7� '�.�'� .�_�� ''�.�7 �,96 t.(1EQ 1.�3.�7 26..I �S.I 2�.� �5.�4 9'8;6 ���i,� ��.3 �?$.3 R3.9 �.���� �.���� o.��.�i �>A7 Z.�7 �.�7 I.11 f.?$ 1,rt� 1i�4#� �Q00 30t}U `784 lSq7 ����8 9.� �.�.� 9::5 �,(i25 �,q2.5 (�.p�5 F'��je��. Channel �2ahah'zlit�tii�sn Prpj�ct - �ci� �fi7ort4i, T���s .�atnp�� �i�mEa�r: 8-11 Q�pt�t; 3-� R�s � , -- � 1�- s n �ro�. Na.: 4�:5 21-�8 D�� S�mn1�d: QEFi��T u�EA� T��T R�.P�RT �lVl,l �N�lN��F�iN�, !-f�C, �nrt Wo�r�t�, Tex�s ��i�� A.�7 � �� � �'! � �-� � �. ., „ - _ �..�..�_ I -0.03 I i � 1 I .�_t.-�_ _ _ ,..., 3 -a.o� i 1 : j� � � ' 2 .� i � - --. -I I �I � �:o� ' _ d �' '� I � � �ll�n � � � _ _ � _�,` �. i � A � -�.� _ � � �_ { . .� I _ �� -�' I ..�.- . - , . - .� a�_ , i r. , � -. . � ....:.........._,.�. � . a. ,.._ .-,, I . .i__��_. _ _.� ' - �� � ii.01 f I � ; � > � �- �--� � , . , . � , �-� - _...._.__..t........._.. ---...�. ���, ._ - i- O.D2 T� �-- - � - i - i �_�_ _ ��.. __L. I ' - _�.._l . �...I � . _! . F � : . I : , � ! � I , � i ' _ .. _ , , , . , � , 0.(� _ � ; � - . . . , . . ) �_� S 1 18.5 _ _Zc �c�l. �Cr7I��l,. % 3fl4Ff ��4� ,� zn�c � � � 1�00, � � �, � �opo 500, �� 60Q�� Results -�-�--�--� ° ` 1 ' t , , .. e..�., ,.. � ._.� /. /� ;_._ �_. ._._ � : ; # q .....}. .. � . �.rk�+Sl -_ _ J�IJ .,.__,.,.. �^'. ..�..�.e_rl... _�,..,:,_._,�__._.,._ I �� deg �� 34 4 � � _ _.�__ � ; � �f�l� 0.68 �� .�.��.�� � � ;,�.- -�--- _ �_._�� � �.! _ :_ ..�. _. . �.._._�._+......I:_....:� . _..- ' ��. � {._.,�. �,�.. ...�...--€- � 3 � I' �(nn[� , .C�-.� I 1 �F-'f...� - � - - ; � �/ :.. � 'TLL`� -_ . - I _ I � �� � �` 3 i I I I F I , � ...., . -�� � --� I . . , � . I . - � � � -: • �� - � �I � � _" �'. , � ..�' _ _ ! . � � � I � ' ' __• 'T ._"_ � � i j� : i , - �� t. ` 1. - -- -�- �OQO -� ; #--...i ���_,.l I � ---. - -�;,• � -�I� - k -- �-. , � �1:�. .��-� �� J _. I --I- �`� r�'� � �- - - ' .-T � ' � � J.�.� - ; - i- {- �- 1- -- � �, �.� _ .��. _ ..._�� .I -- . . _ I ,� .....i......._._i..... ._..�E_.! ..�� � , . � � - ---. ,.- - - + � I 4 !� I � � L a � -- !- ----� � � , . j � I ..�� I- i -!� -- -� � � , . - 2Q�0 .i0 �u � rt � �€ormal SEress, pst 5atnpl� No, 'f 2 3 I WaterConter�t,.°lo �5.� �,9 5.9 � Dr� D�nslEy, ��f #��.� 1.�3.� 12b.� , � Saturatl, n, �� 46:8 �5.4 42.� �r �'ald ��±ie C�.33h4 Q3449 t}.3718 I�i�tr�eier, !�!, 2.47 2.47 2.47 Heig�l. Jr�. O.�b Q_�6 n A� � V�a�ef �antent, °:5 �9.3 19,i ii,� Dry [�ensity, pef 1OC'3 106.� -i09:2 t � ��CUr�t"t�r�, �6 �3.� 9�.� 89.7 I � 5v';+!d i�a#,`o 'Q:SS,6� (1���8�. t}�S l47 G3iame#,er, 3r. 2.47 �.47 �.47 __ h`�h�. In, _ 1.12 1.10 1.�6 I nko�`mal u;ress. }��f l.t}40 2flOQ 30QU FaiE ��4re�s,°psf 1Q�I 1511 ��5� �[raii�, °Io �Ot2 19.1 20�2 �ir�in,. % i.�1t. �iress, ��f �traln, °!a Str�in raie, i�./min. O.DQb O.dUO 4.QOQ Samp�� i"yp�: Shel�yTube Glient: A[an�`lum�nerAssac�at�s �oa�riptia�n: _ _ �ro��ct: Cf�n:nei �i.eha�ilitation_Prc���at-�'art Wnt�h,T��cas - ��.�.� B$ P�,- IS Pi� 23 A�sum�l �p��i#ic �rar�iiy� 2.�5 Sarnple Murnb+�r. �-i3 �+��th. 3;� R�mar��: ���j, t�o.: 425�2.1,-58 aa.�� Sam�i�d: C�IR�CT SHEA� T��T R�RORT CMJ �I��fN��RING, iNC. �L�TE A.28 �or�Vllor�h. T�xa� - - __ ; c c O @ a a� p '�7 � -0.03 � _ � -0.02 � A' �,,,_ � . `� 3 2 -n,o� --�------ ollation � �_ � 0 I cansaf. f � o.o� ; i i i n.oz � � - Q,03 I � 0 3.5 'E'E iE.5 �2 Strafn, °!o s�oa 5ona �. aaao; �. i �i � - � 3004 � � � � � _- m � 2000 - -- - 2 1000 � �� ' 1 f � i �0 --- 10 -- 29 3J �+U 5trafn, % Sample Typet SheIby Tube Description: LL� 38 PL� 15 Pla 23 Assumed Specific �ravi� 2.65 Rem�rks: Rasidual - - � 6000I �83Uits � i �! I C, psf 0 � _ _ i �, deg 46,8 � ,"8f1��� ' .Q3 - � -- - i' �.' 4000 • Q �, � �/ I N1 � � �� i � r L�L � � z000i / � I� � � _� � � o � � i .�.4iltl �60(1 60� 10 Normal Stress, psf Sample No. Watet Corrter�t, °/a Dry Der�sify, pci � Saturation, % � Void Ratio Diameter, in. Heiqht, in. Water Content, % Dry Der�sity, pcf � Saturation, % Q Vaid Raiio biamater, in. Heiqht, in. Normal Stress, psf �ai[. Stress, psf SEraln, % Ult. Stress, psi Strain, % 8train rate, in.lmin. 1 5,9 zz4.o 46,8 0,3344 2.47 0.96 19.7 106.3 93 9 D.SS6$ 2.47 1.12 I000 lOb2 zo.z 5.9 12Q.6 42.1 0,371 S 2.47 0.96 17.4 109.2 89,7 O.S l47 2.47 1.06 300Q 3�32 zs.o o,n�s o.ozs o.azs 2 5.9 ��,o 45.4 0.3�149 2.47 p,96 19.1 106.9 92.3 0.5480 2.�4'1 1.10 2000 1824 18.8 3 Cl�ent: Alan Plurr►mer Associates Prajeat: Channel Reha6ilitatlnn Project -�ort Worth, Texas Sample Number: B-13 pepth: 3-4ItE5 Proj, No,; 4zS-21-58 ❑ate Sampted: DIRECT SH�aR T�ST R�P4RT CMJ �NGINEERING, INC. P��.�� �.Z� Fort Wo�th. Texas �C��o�4 TTn�ex°gx°�w.md ��.ci��.es T�]�S ]���]E L�k�� �1�T'�']El`TT�[011\TA��L� ]�]C,Al�TT� CITY OF FORT WDATH WES'T'CREETC CHAIVT�fEL MAINTEIVANC� �STANDARD CONSTRUCTIqN SPECIFICATIbN DdCUMENT$ CITY PRd7ECT NO. 103Q50 Revised 7uly I, 2011 F:lprojects1031810b7-0119 Destgnl9-4 Project Manual_Speci�cations1100°folAppendixlAppendix,doc �.�.�.�.__ f _ �¢P', J� ;yT 6" Yn1 �' O�'� S a� :� wti'� - �% :� ��- r ' �..,�; R���'� �� i ''�o � i` ' ,:% ,a � / � �'� Q� a�� � ' �� '�I I f.2�3 �� � :.� � � . / 8' C f 1 � I i: w $FS �Tfl�p � / p1�1•�B.TO 7n SpIOGE � �2Y N FL•�06.�6� � ,;;:+:' r � , Z�- S FL•706.5T _/:� ��j '�.__� ,[��.2.3 \2� �_ i r ! �. � �-.._ i � �� % ' -x �yZ'1 2�' S FL•T67.2S � �_ f ��' L IB' W FL•T0T.44�_ _S�N YM I W � ' 'RIM•721.23 ' :.• N F�•To7.�a N� q"r, '5,.,�,,y 24' E FL•707.6� J/ 2t45w FL•707.831`_�,_ a.�� ��•~�' W ti !< �� Y \ SFN IR �•.• � � �p1M•720.06 N � � y ` � 2T' M FL•TO6.1 ,�,�2T' NE�L•7d6� ! % i`���. ''•• ■. zd`�,. � 5AN LU / '� flIY.722.68 � � �:�i� . i� ! ?T' NE CL•T0T.83 �t/��1. __^v i 1 2T' SM FL.7a8.D2 % +�R: 0o I r � �' � '� ti• h W �' r+ ;` J � m i . ' „ f I � � N � / w ~ ', '• a r a ' e i _' z� � wc, I CTV OIP �1 � � t P13�f.µ6.6T II4 � I 6' N FL•7�3.�0 � ZA^ k PL•TC5.29 2-0' S FL•T05.29 __� � [ '.,� 2�' M fE•705.�9 _.,.._.�. . ��� ' ��- .fEP1NIE DR_ � Jf z Rffi: FGY-..._.�+'1 (Ab""'"' y� � tCo---..--A'�t fAr_'"'_-y�r� i0!•""" �i t�h-. ••_ �''�ti�sr----. w��or--.._..ztcr---•--�� wem=---•---w��m-p�----Mrsw----•-witm-•----- �rrzor--'-•- wi �oi----•--..._—�_.-----,r�e�r_..=._.__;; ---- ..' ---wi toi^-'--' FIf01.._ N1101'••" -. i ...■f,o,--_.._rttm---"-- .. ., .� / f --� ,� �` _.._.T. �- —�..,--. � � , � � �`; N �' ' '� � ! � . : �, t I ; , � ; =�l ' a �1� � � i t i ,,�.� �i; �^ I W �,�, � � i � �� z ��!—..__- � � r .��- ;-�, y '';; � �� �--�=_.� =-�. ._ _�� _ �' � � /�,. � � - u . �� u'� �„�J� _�T�• �'b' � �� � `1� � ��^ _� 4� . ,-.�_,--._— S. Y� 3 ., i � '� � �-'�"wC'�`--:,�__—���s_, 1��� 1 . f � --�_.�.,.__, ;� /_i' O' d ��"�~.��..-.�--- -_.�—.-.�_ • _�. ���.-, � o. x,+o�. --...'� 2T' S11 FL.707.57 �1� J '--- ': "My,� � 3Y,,,_��._.. `" � 2T' NE FL•70Y.S1 � ��-�-c •9'.L�.-. /— � �i � / a�, �. I� . -� RW�B.B2 ; *yx'Sr � '�� 27' NE FL•70�.T6 ���lII��.:'� �` � Y z��� � / \��• ��S f �. SAN YH IQ���t� - Y� �R[�•T19.T7 �1; • � .._._._� tY Sr ii•T95.�8 �Q,, �ti�4..• 27' NE FL•7p5.]6 ��t Q}`Di ."'�� :-�"-.'�,:.—���.,.��: .• �f,V�•�0. �Qi,: ^ • � ,-y ��^� .a�.4� ' .,�g� I"."" �-�—�......._.....'—,.r` Ul.."'.• l£) ,: Gk_ _....Q"ai i01"_"" �1 rDi •""" -.�t �r""'.�,yj � wf SO7"""' �f i6i•""' v7 i41-".. . 03-"'"_"'ITi[IfS1W-.--..�3i�:^_..• . �{ '�� b � �f � � 5 � � � � o so 7ae _� LEGEND CTY ............ _iHS._._._ _' iTT TELEPHDHE -• � --- Y� — -- GAS --- ,.---- WATER - - — w� —� ' iFiWD WATEH --,•—w2--- wASTE ti�TER--^---�5^^--- STORLI SEWER ---�-5L`�--- OVERHEAU - - — Ox ^ - - �- pUT pf SGOP£ � MATER YFLVE '�1j LEGMF PCLE O FIRE MYpRaNT (y PqYER POLE yO '�ATER IMNHOLE '= WS AETER � M'ATER VALILT [�J TELEPHONE PEGESi►L � STORY SEIYER AMNHOLE � wASTE 1ATER W✓i�LE ovesNeq�� , I 4 ttv . . n 'F! p[JRLITY LEYEL LE�iMI - —%WI— - WALfYY LEYEL 'B' -""^-AW�t43�----- IXIALLTr LEVEL 'p` ..'""'w�?:Cf---•- �S1f.LfTY LEYEL 't' - g--ro�t---- - OUALITY LEYEL "A' TYP[C1L FOR ALL ITTILITIES Q,�.�;�., i...�� 'n'� [nfOrm�tian dlriveG fram @xt5tir9 recaras mtlior aroi reco�fec+�ans. O��nl:¢v laynf "f'! [nfu+mitx qEto[ned �v eur p�+d olo+t�n ��e[e aqa e-erwm�ut�li+y [eoture� � hy ua�n prolpas mo �utlp�m � In cOrfelptQnp M+� informOtion o q�¢1 fy level Q infaroqt pn, SLiniti� IwWI 'R'f infomr3}im oGtoina6 tnrw�p h tRe apRl iCatlm oI Opprepr�afe s�rfece peo(X+�js�cc�.ne+nPaa to argr ne tlfe qx aiexe mC oPProx�m�G horizalttpl 9o;�riM af ssnsurime u? li�iss laka �esipwtinql. Oue[i+v Level 'A'� P�'pc�5q 11orit0n tpl an6 verTiCui locatlpn o7 u+eFFtiea o�tai�e�tl *�f oC+uol e%paswe_aJG BgWiQy ai a�speuciii¢*palntlaka La�cOt�!*i�pi�Yie3� �� LINF T. FAMEY S a5$p��aTES. INL 33i0 BL�T L1NE R6�0 FIJtu(RS B1iFXCH TCHas T523� {21�)47 -11�9 Fax 121s1 79-Y480 - TBPE Flfiu R7B2 EXlSTING SU85URFACE UTILlTY MAP CLC£NT: ALAN PLUf�IER PROJECT:WESTCREEK CNANNEL PRpJECT N0.541E 27.006.09 S[ALE= 1"=100' SiiEET l Oi 2 � � � �'1 51 ' :� �� �o i JENIVIE AR. �---._ ""YfAi [Ar-...__�1 fDi-.._ ' L• �� YFiOi--.."'Mllnl"""' 'i 'r.�:F}k"""kv!f.�}-.."' U 87-._.., , �_-_,.__ ■i10:-..."" �:DI"'•"' -x��l�uo.:.�."'g3yltgy_.' ^•�—��..�.�� �y � ""T"'� I . Y1iG1--..".111ff1l-.."'.i � f ^ ' �--�.._,.�_ M11C).""• ��rlfli... N � I ; f __�� '-����8f.. o � I f � } �. �f �o,'`�'�-• ._ � I � � � � �' j �I �f�r01 \ � � E , � � � �. �, = i ri,z.3i I I'��rT o:a i � 1i � •-.�'� Nx-� .. _ fi� _ . ___._,...�-_- - � _ � v _ � -"'�`� 4 __...._�.�.'.." --- -. � 4 '_' '�....�._ 90. � � ._ '---�w2—_�f?—w2�--_��.�_.�_ � ,_.._._-..._. "'-`� .. li RIu•�T�i ]. 67 27' SM FL•TA1.76 27^ xE FL•7oi.T6 �r, � 2, 3 �\ " � � + ` '�A f� �, � � � � �C7�/� � ti ,y�y � Q i L/ �` \� '" �� CrPER PECOROS � ' '-t \ \ / �� _�� 4 � \` r\ ` F , ,��r \ \ � �t �\ '�,� w ��h RIM•T�S�2.�3 ,,�r 7T 'Y F4'T00-T� Q1.� 27' E FL�T00.��\ , � �� � \�\, ,•�`a,, k; � °'. �\ �''� `o.e ��� � �� \�l \!fl \ � .�, �'rp,. \ , �i , ��ffl�'-.,` , �\ ,,�'yt� � R]M•706.6 ��, °� zr w F��69�.94 ���y�'�� pJ 2f' E FL•69�.66 � g�` , R1Y.T0T.� 4 ,'•.M , ,��0� IAUBLE 70 OPEH � ♦ �r Q r�� � -` ��NIu.�2.23 ,,� '• 4�. 27' M FL•69T.66 �2 •'� Y7• E FL•64T.�1 ��l. �� `��- ��i. �,�C , R[u.jFpg.So �G+� .. !' S7 FL•700.OQ ' �7! "�f � 12" N FL.697.21 ,+,��p p'�� �a+.. C�._ 10' E FL•69Y.q� �� � ���rL:». 6' E FL•T00.90 � �� M �p�•. �v"7 rc�- +'�ryaa_ � - - •"�dIIO)-" �)�Cb� d�•r --_�a��+o,._, �"- %� ' �r:. �"�Yk�� , .r�StiN sx ���r RIY.799.9T -,, as• x r�.s�.as Y7' W FL•65�.57 �5' S FL•695.7f ti o w ion `� LEGEND CN.... ......,. �TY 1--,...- _ _ ATT iELEPHONE - - — 9 i — - - GAS --»»�--r.—__ WATER - - — W» - - TRriYI WATER-^—�—�� rraSTE warea----��—_- sroRu seweR - - —scs— - - a�E�+eaa ---a�--- � OUT OF SCOPE ea KATER VaLVE � L1GKT POLE � �[RE HrORaNT g PfiYEp POLE O w�TEA NiNHOlE =" GAS 4ETEp � WATER YA13LT ',_; FELEPHONE pEOESTAL � STORAI SErER uaNN�E � NASTE NATEA 1�dNxpLE I OVFRSIfA� LEC � P � a �� �i����� ; �ai 17Y I f vF! I FP,�,yQ --���^- GJ�i1T7 LEYEL "B" .......y�i{Qf----, WALiTY LEVEL 'G' �•-----ro:ratCr----- M1ALL7Y LEVEL 'G' ...��i�-- WALf7Y LEVEL "�" TYPSCAL FOA �LL 17TIL[TIES n���iri� i.�i -n'� lnfprmprfm CerFreG fromg st �r�4 r[corCS anNar arol recolleci[W. e�,��;... �.,,., •r-. lnfarme+ien tlafaircC dy v+rvey:�q �tl Vlof+�rsg vleto]e o¢ove-qrovw,utri ty feolures tl 4y Vsinp Pro7 ss�mol �uCqmerst Pri oorre�ot�n0 *��i niarmotfar+ O Vu01i#y level � infpYmptipn. gn�i.,. i..,.�i •A•t InlerrspTion o6ta7i1eO ihraugn the applico+fpn oi ppqrqxioTe a�Iace pCOW1y3�Co1 mNhotla 3a uet�rm�ne tne ;. stencc ma af�Oros�mp*@ nor zontqf tlen of whsur ace ut���tles [aka t7ea�qna�inp7. ��niiw Lcacl '�{ Prqcis¢ Imri2oR#OI O�d ar#i 01 locoiipn 0� u}�ii+,ep o0+oi�etl CY the ae�vol expoxre.aK7 5yp5epylnt m¢aSure�rc� t of SubS�Y��CC �ril�tlea, uawl iy of a apee�iic potrst[aMo Lxa+ nq1. � L[NF T. RAI�Y 6+SSOCItiFS. INC- 7;20 BE�7 CINE FOA6 F1ISIERS BRRNCN Tn�w 7525� 121�19T�l-711A F 7$PE FI M :T81 EXIST3NG SUBSURFACE UTILiTY IulAP CLIEl.'T� ALAN PLll�x1ER PR6JECT:WESTLREEK CNAHNEL PR�JECT NO.SUE 21.008.68 SCALE=S"•S00' SHE$T 2 OF 2� . .---...._._ �______.�.�.�.. ---•. a � � � s Jw �.: �F 4`0 r� i��,� if �� ,, '� �^ ��.r SFN Lx ` �/ R1�719.E6' "'��'�� 3M1'FL PGLY SE:713.93' /^ 36'FL POLY SM�711.97' �R % � � � � l,_ ! \ ryr73�43M � i� ��; / �: e-vr. s�rzs.ra. �j r / � �' B'FL N�726.47' �� _Y- �'.�� ! I � �` ! � f i � �� �.�� �' .�' �'� � (` �, r " , �, fr' �� �1� �' 1 i�' �I o N �� 1 !r ( ! iPfLFi111Y CTY �IP� �""� �� � f + �' �� I /�_ f +• � ���� %%'' Sax m[ I 1� Rl�T3R-91 �� �f Y� � �f� ; !'FL [�,�r SE�T21.87' ' � . [2'FL CLFY SM'=72�.T5' � ' � 4 0 8•FL CLar xIY:721.4v'.�„�r'� ���`�' , �~ � � � L95T TOHE- ���.�-�j.Ep� ,� ,—...,.,_-'^"._._�^"'r� ry�5.3 � � 7ELEPM�I� i-_3�:1� '� F��yr����S��w 1 i—._. LI',FiE f;�65 --� ALTAiV1ESA BLVD. �`J , _ pEti RECGRCS g� � � pp � ��� �'r__py,.....""'_ :` -' "—� .............:r.��;- _„� S � _ �_��—�H�..^�.-,.pi�- __ ' Y r�--,., .—_.,.._._.« — �.�.�.....,_. �`�§....: � [7- -� � 9H .� �_ � - ��'" _ ..-� —�-� i�� FM�O��a-ua�i-�Oi.I—T.'��,.-.-^ 1' +�, � — — �.,�, Q_ � ,..,......«- � � SFR w� �� ' R�NTS�.57' + 36"FL E�717.02' , 36'FL wT�6.91" � .z.� �': .�.. ,�._'_."�„ o ���, -..—.._.-......_ � N w "~,—����LOST TONE•M�TER LINE I v=i 9p' WL ,�Jlr.��.� � �N2�.....� W �} � y "'^�-�c�D iGNE-wA7ER vatvE....:s..� � �o � ____.r.. Z j�'' xs�i-..�� u r -�-� a �''` s�N �w �rc� i RIlQ7i�.<�' 36'FL POLY E�T19.i1' 36'FL POLY w1T1p.IS' Y EiTiD.55' Y SM+710.63' Y NN� 711. Yb' Y�;• 65• 712.36' .l`��• rl c:;x ""_.r IH�S�I T�� --��ON hi -�--Ox. o- � �_ —�oH--� �. / _. / � ��� � o m ioo ` «GEND �JCOR ELECTRiC --- E+--- SPE[TRLIMCTv ----&`vi......._....._ ATT TEL£AHONf ---�-�9^^^^^--- dTT FIBER OPT]{ .----£0[i--- I,IC[ F]BER pPTIC --FF1C2---• l�TWS GA$ ---�i--..-.. caFwwnrea ---x�--- rawn w�Tea ---w2--- w�sTE wnT�rt ---..��..-....__ STORY SEWER ---�-517s-------- OYERHEA� ---•p�--�-^� i1NKNOWN . - "�..,... y;K,; -.- _ + OUT Of SCOPE � MATER VAE1'E � LIGHT POLE 6 F[RE �ORANT � PQMER POLE p �aTEA WNHOLE � GAS AIETER � *�TEW VAI]LI � SELEPF�7NE PEOESTAL � STON11 SEIFER IAANH�E � ��ST£ MATER AthNHOLE I j�dTYTELEF owe seo �r�� ��� C dTTFIBERj1ATIG � [e SAECTA.l1M I i ONC[lk --�+x'�p aL]TY LEYEL "B' -•-----iwrt50>---•- OwLI7Y LEVEL "0' ""-'�rt�r3 t��-.--- QuALITY LEYEL "C' .....p....��-- WALITY LEVEL "►" TYP[CAL FOR ALL 11TILITIES o�mrttv 1_+ve� 'o'x Sn�prmotlon aertretl iren r�xts+rr� re�aa orM/or aro1 r�coi eeseers, �, •�-: Inferllqriofl pp rainCC Gy 4�vCY��10 p� f10YttM� viSIGiC npo vE-qr�y� 4r���*Y �eotures (ntl oy ua]inp!]pprothfgss'a�nl 4o�qu�olitY le�velip�iniOrlMT$i �nfOr�Otipn Crt�niary i-eve� •o'� Inforn�eiim atlro�iynM tRQrW�ap h�y#he a00��ca�1d1 �1�i[�1R�tI�Ye i5+��e R�p LSiCO�1'IMi�OtlS #O iakn�es44'��Mim�o€ subsur�e u+��f*les C��e114V Leuel 'A1 P� G� ho�i brtal nntl verticQl �oCOt�� of uf4�it�(es ob�atneg4 �oryrt rne nc+uai eKooau e,ena �I���i �9 cific pafnT�Lo�cal�npl.tleS. - �� L]hA F, q�1�Y ¢ 1550CIATES. [NC. 3329 �LT LFNE ROAi1 FAMIERS 9NANCH TeraS 75Z3M1 iz� u s75- n a� Cnx [21�19T9-2�80 TBPE F[�N •76z EX15T1NG SUBSURFACE UTILITY MAP CLIENT: ALAN PiIRAAER PR6JEtT:E�GECLLFF CHANNEL PROJECr NO.Sl1E 21.006.11 i SCALE:1'•108' SHEET 1 QF 2I� f I � � rc � I � � W• � �a � q �___.. 0 r � � w w z 2 4 � E�7a5.81' x:710.03' � m � -i n � � � � � � �.�-^--�' � . SAN IAH � uIWTi8.T5' 2�^FL P9iY S+TO6_T2' ��rJ. Y 2�"�L PDET N:706.7�' r,z,+ i'� � r � +.s.i � � �• 9e-.�-�� �r �/� ' l,�. / �S+N m! �� / � R��tS i15.25' / 2�'FL POLY 5�705.73' � � 2�'FL PGLY N� T04.5� %.p'� / � ! ���4 ._�-___ . �`� � �at � J i�-��ti��'��� QQ .,,,-� �d '�:�,y�°"�/.% 36'FL P6LY HE�T06.T7' r" •'�'�' 36'FL POLY W�706.�' �� �� �.SaN ux it[LLr 727.3�' 36'FL POLY [iT07.Tfi' 36'ri C4iT SR�T07.9�' 36'FL POlY wT07.61' .9a• . 2�' .` ., ,,S � o � ,00 � —� � GEAf� ONL6R ELECTRiC ---Ef----- SPECTRLIII CTV ---�^-C'fv'--- A77 TELEPKONE --- --- �'� ^ - - 1TT FIBER OPT1L �--FOCi----- �dCI FI9ER 6PTlC --FOLZ--' ATIXISGAS -----�-��w""'�^-- COFIPWATER ---*�--� TRwp MAT�R - - —•�2— - � WASTE WATER ---�^^^��--`- STORIR SENER - --SA�---�- ^ - pVERHEd� ---ON�--- 1}NNNQRIV • - — uux ----- - + Ou7 UF SCOPE w MATER YALVE 0 L[CHT POLE 6 FiRE sWpAI�NT �j ppNER POLE wQ wATER YAN�OCE � G�5 11ETEN � ��TER YAULF �j 7ELEPXpNE PEQESTAL � S7pFW SERER YANHOLE � w15T� IIATER AGNHOLE bVERHEA�LE[' � j p ��EPlIONE F d 5 E�$�� PT�� ..: �l1iY�F 5 {INCOR S nr�ai 1TY LFVEL LEGEN� - �-asp't-�--- - QiML [7Y LEYEL "B" """"�ql�fir""' OUALITY LEvEL "D" ___....q�i�p--__._ OpALITY LEvEL ^C' -.�-�.���-- 9USLCTY L&VEL "A' TYP]CAL FOR ALL UT[LfT7E5 (hmFi+v L[uel "0'i Inlornqtion p2r;ve� from eKfsfin� recortla ana/or aro reeei�ecf�an , �n3.i.iY..l.e�cei •c•� InFwmotio¢ pL+aine0 bY �'�Y��'9 A'� Qletiinq vieiLle Oqovg-pre�tl uf+lrTy (eOtVres qrxd bY us�nq orofQAal�ol �a�QuCl i fYn I e�e��nfornNnfiiainfO�PT f on �i�nil+v �-evel 'B'� ' Irtfwmotiot+ aCtainea fnrqph ti�e aOGI ir.ptien of pppr�pf:ote 9yrrq� 4GEpltra�Ca1_m[thpQs to CeTqrzmoMine the etmce a�tl a ���+�Qi� I�We�a oes90�ar�n�iqlon o! suCaurfwe u'i,[irtea �v+l ifv !!v[I 'A's Pr�c 16q r+or��n t01 ana YGfiical Ioca37M+ O�f +llitie5 o6taFnBGemGe tRe aChml expa3ure,oQC sua�/Y ot 0 sp�ee�tl�+Po�nt�ioaLOCeT�nOi.+�e5. �� L1NA 3. RMEY 6}559C[aT�S. iNL 3320 BELZ L1NE ROutG FJ�f01ER5 BkANGx Iexoa T523� [21�197�-11�� Fm� 121119T4-2480 TBPf FFFM y792 EXfSTING SLIBSLlRFACE UTiLITY MAP CL[EN7r ALAN PLLAMER PROJECT:EOGECLfFF CI�ANh'EL pROJECT NO.Si3E 2f.006.11 SCALE 1"•106' SNEET 2 OF 2 �_.�.�._._._._._._._ � � � M S =o i . Ww �.. c � � a ti � � N I �. � a 5o wo � �Ec�o ONC�R ELELTRIC ---^Ei--- SPECYRI.WI LTY --C�u=----- ATT TELEPFi013E �--�� T:---- RTY F[BER OP7[C �--FOt�---^--�- YC] FIBER 6PT[L -�--��OC2-�-- ATIqS GAS - � ......�,. �: .....,.,.. _... .... tOFl� NATER --- p�--_ TRWQ NATER ---w2�-- WAST� WATfR •--�--�-�':m�t—"� SiOHAI $EWER --�-:�Ui.�--- D4ERHEAO ---Ow--^ 11NRN0�MN . -. ...-... �+an — - '� WT OF SCOPE � waTEp VBLVB (g L]G� POLE O FIRE XTpPANT g PONER POLE OO RATEp WHWpLB =' GAS AETER �i ��7ER VAi1LT �I TELEPHONE PEUESTIL � STORMI SEWER MaNMOLE � MASTE N'ATER AI�NNOLf �jj7 (j�[�"[7p DVFPXEAOLEC NO � ATY7k'LFPHONE �aNI Ar`,r, FIBEROPTIC O N�CATION �$VEC"fRE1M ONCON Y h'SMISRCIN Mlll ITY 1_FVFI I FfFN}1 - —nfn— � aL�LLTY LE�EL 'B' """'s�lin,•-•••- OY►LTTY LEVEL "�' "'...-p�; FGz_.... OWLITY LE4EL "C' .J.g.....�gq3........� Ou►�ITr LEYEL "A' TYPICAL FOR ALL IJT[L�S1fS yr,�:... �.,,.� 'n'� ieco� G°aia �a�rro'r�a recoi ectYa�. ai�ne I+v _Le�-['f iMorrtn+ion pp ?oinetl oy sW�Cy+�+p q�+d 2]pftll�Q V161D1! OQOYG�QfOW,�� � ity {euatl�tunrrnt �°oo refo+�in9rin�(g ;°n�9°armotlon �p puaf�Ty lerel � i�fa�m+�0�. 9�.1J.3Y.{FY�� •H"t Infernq+Ion oCtalnetl rnrouqn 1np opplicaYion ot OOOrepriofe eyrfacc qeo�+y5+tq�,�ilqtls !o oe+ rmtne tne srercr ana ax�mqt4 ��z�a¢I�e�3�i�0� af suuaert�oce ut i 1 it ies 1Fniiiv IMeI •l•� Pr c'sf hor�zmrol OnC artieaf [acet2nn ar vt�7�e es ebtafnea oY +np psup�tWw3 eapae�re.mG �1Fy ot a 57�cC��}PolnftNw Laacotinqi,rfrs, �� ��N1 i, GA�ET 6 ASSOCIATES� ING. 332G BELT LINE N0�0 F}[a�ERS BRaN[M, Te.e3 7523� f25�1914•17�A Fay 121�14T9•2�60 TBP£ FIPoA s7B2 EXIST[N[G SUBSURFACE [JTII.ITY MAP CL[ENTt ALAN PL[9dYlER pROJECi:KRAU55 BAKER CHANNEL pROJECT NO.SUS 21.006.11 SCaLE-�"=�00' Sr�EET i �F 1 ����o�G I�[aza�°�ou� E�.v��°�n�en��l Co����xo� �� �xte 'I'I�C�CS �PAGE ILEFT �IN7C""]E1�TT7[`�Ol��.�L]L� �]L�TI� CI'1"Y OF FORT WORTH WESTCREEK CHANNEL MAINTENANC� STANDAI2D CONSTRUCTIOIV SPECIFICATION DOCUM�7+iTS GITY PRO,lEC7' NO. 103060 Revised July 1, 2011 F:lprojects103181D67-0119 Designl9-4 Project Manual_5pecificationslld0%lAppendixlAppendix.doa GC-6a�6a][] �C�no���y anc� W�me� ��v�ne� l�usxmes� �mt�r��-ise Cor��lxam�e 'I'I�[S P.��]E �,E]F"I' �1�7['�E1�7[`��1��.�LL� ��L.�.�l[� CITY QF FQRT WbRTH WESTCREEK CHANNEL 3vIAINTENANCE STANFARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ�CT NO. 103060 Revised July [, 2011 F:lprojects103 1 81067-0 119 Designl9-4 I'roject Manual_5peciEieations11D0%lAppendixlAppendix.doc �'� �T �U k�'�f' � ��'�..���'C�1��1���' l�E'�1���_lI� 4%b�2U2f� �[�'���T#-��� Ci4y o� �ort �o�th �linori�y �usiness l�n�cerp�ise �pe�i�ications �PECIAL I��iRl�C710NS FOR �FFE�OR� APPLICAiIOfV OF POLICY �If #he tn�l tlafl�r v�;:s8 af th� �o�*,ract is &�t1,0�L'�.�'I or mvY4, fhen � Nt�� subcontracting goal is ap��i�eahl�, � PO�.ICY S�A��M�NT It is the policy of the City of Fort Worth to �nsure the full and equitable participation by Minarity Business Enterprises (MBE) in th� procurement of all goods and s�:rvices. All requirements and regulations stated irr the City's current Business �i�ersiiy Enterprise Ordir�ance applies to this bid. MBE �ROJ�CY„GOALS The City's MBE goal an this project is 2� % of the hase bid valus af the cqntract. Nate: If boih MBE an SBE subcontracting goals are established for this project, then an Offeror must submft bath a MBE Utilfxation Fnrm and a 5BE Utilizatian Forr►i to be cleemed responsive. COfl�iPLIANCE 7� BID SPECIFICATIOiVS On City contracts $50,000.�1 or more where a MBE subcontracting goal is applied, �fferors are required Yo compky with the intent of the Cify's Business Diversity Enterprise Ordinance by one of the following: 1. Meet ar exceed the above stated MBE goa! through MBE subcontracting participation, or 2. Meet or �xceed ti�e abo�e stated MBE goal through MBE Joint Venture participatinn, ar; 3. Goad Faith Effort dacumentaiion, or; 4. Prime Wai��r documenta#ion. SUBMITTAL OF R�QUIRED DOCUiVIE3�TAT[ON The applicable docum�nts must be recei�ed by the by the assigned Citv of Fort Worth Proiect Manaqer ar pepartment Designee, wifhin the follouving fimes allocated, in arder �of ih�� er�tire bi� l� b� c�n�ide��ct fespans�v� to Eh� specif�r.atkon�. TI�� Offerai sl�all CM�41L Ih� A�S�� �iucutnei�tstiun �a E�e assf�rs�� f:�iy c�f Forl 4i+art� P�cj��_.� f�l�nagflr a� ���+�rl�t��nt Gesiynea. �1 �axed co�,y wi�l n�t 1xe acce�ted_ 'I, Suhcontractor Utilizaiion Form, if goal is rr�et ar excesded: 2. Good Faith EfForE and Subcontractor Utiiization �orm, if participaiion is less than stated goal: 3. Good F'aith Effort and Subcontractor l�tilization Form, if no MBE participatian: 4. Prime Contractor Wairrer Form, if you will perform a31 subcontracting/s�pplier work: 5. Joi�t Venture Form, if goal is met or exceed�d: recei�ed na later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the taid op�ning date. receiued no later than 2:00 p.m., on the second Cify b�siness day affer the bid opening date, exclusive of the bid apening date. received no Eater than 200 p.m., an the second City business day afk�r the bid opening date, exclusive of t�e bit[ opening date. recei�ed no later than 2:00 p.m., on the second City business day after the bid opening date, exclusiva of the bid o�ening date. received no ]ater than 2:00 p,m., on the second City business day after the bid opening dat�, exclusi�e of the Y�id opening date. �A:�UR� T� ��,".�!PLY #1UiT�� TFi� ��TY'S i�I�SINLSS ���.'��filTf IE�'rFr;pga;+e4 ��ng�w�q�G�, tiNl�� R�Si1�T IN '�H� �!�J ��ING C��}�ln��F� r�01�-i;��vtiN�l�'� T� aP�CE�'�C�1T3l�NS. F.�,II I IRF TO �LfL.".".17 XN� 1�4Q��RED PlIBE ���kIMEM :`A�'krJ?� L�!LL f�E�U�� lhl �HE �!�J I��!tir Cp1�154DFR�a NQ:�!-l°�.�'.•:°Gz*:�kL��. A��CC�!�!� �AILC.dRE tNli.L P,��lJl.7 Ih� �'�-iE QFF��?�R G�E!";� L7;5��aLYFE�� IFG7i? A p�k�!r?�J O:� QNE YL`-11R. `�9�Lz�E FAiLU��S !N A�I�m� 1'�+�l� F"�crrnr� Vt��LL i�L�SULT IN A a:��!..!4LII�:�:ATEO*J PER10D QF TH�E� Y�PF?S. ^ Any ques�ions, please cantact the O�ce of Business Ili�e�rsity� at (817j 392-2674. Offce of Business Di�ersity Email: mwbeoffice@fartwrorthtexas.go� Phane: (817) 392-2674 Tempararily Revised April b, 2�20 due to COVID 19 Emergency A7TACHMENTIA Page 1 of 4 F`��T �+C�R'�'H ���� : Ci�y of �orrt !�lv�rh Of�i�e o� �usine�s �i�ersifiy �1B1� �uheon�ractorsl�upplie�.� U�i1i�a�ion �arm. OFFEROR C�MPAh[Y NAME: Check applica6le hox to describe I Humphrey & Morfon Cons�rue�ion Company� Ir1C. nfferor'sCertificatlon PRDJECT NAIUI�: � MMII�BE � NaN-MMJIDBE � 1�Vestcree� Channel iVlainten�nc� BIDDAT� December 15, 2022 City's MBE Praject Goal: � Offeror's MBE Project Commitment: PROJECT Nl1MB�R 1 25 % 26 0�0 i103060 Iden�ii€y a[I �ubcont�aciorslsuppliet°s y�u �ill use on �his pro�ect ���lur� #n c�mpl�te tfi�is fa:m. ir� i}� ���t�rety �vii3� r+��u��}ti� �ac�r�z�:nta#i�n, arr� r�c��4«d kay� �k�e �un:ha�irig l D�vi�+�F� no later tl��:� 2:b€l �a,m, a�*� ti�� �c�on� �ity �usin�ss d�•� a�+ar h�d rsp�p^�ng. �xcC�^i�+� ot bl{1 Q�,�.�•nin� ��te, i w�ll r�sulE In �he btd b��n� cvnsidsrp�i n��+-r����,�^�iv4 to b�ick ;}��cific�t��t7s. Th� u�7dersi�ne�� �ff���r �r�r�es I� [:^tar knto a fo�r�al ��r�em��t wii� Eh� Iw3a� Fi��,�(s) 11;���� �:� thi� utlfFz�+ion � scl��dut�. cand�t+�necf ���� ea€ec�,ti�►� �f a co����a�t wit� t�;� �E#y of �a�k Warth, Th� inte:���o��ai ��rif�rr 1:R�ov���r.g r�:;�re�r�s�nta�inn of �a�s is graunc�s far cor�s:d�ra�i�r� oi disqualif�cat�o� �nti �r�l� r����lt i� the #�id b�i^g Ci]f'sl'�?rw� I10l1�fGwr�nSfV� l� b!d S��C9fIGHtIO�tS. MBEs Iisted toward meeting the project goal must be locateci in the six (6} caunty marl�etplace at the time of pid or the business has a Significant Business Presence in the Marketplace. MarketpEace is the geographic area af Tarrant, Dallas. �enton, Johnson, Par�Cer. and Wise co�anfies. �rErre cc�ntractors rr7u�# iMent��� by #i6r 1�;1�1 0# a9r s�bcantr��:to.*s�s�,��liers, TE�f: rr��=�ns th� I�vel af I su��o�lracti.^.� b�i^:�� ��� prirn� ca��ract�rlco^uulT�ni i,�, a d;r�ct puvme€rt from the prim� caEk{��ctor t� a 1 subcor�tractar is cor��F�4r��J 1'� tiPr, ��.��y�nenk by a�u���ntr�ctrrr t� its s�fYpkier �s ��nV��ter�� ��`' #+�r, `�h� pri;•;� � C�nlr�u#�� is r�U��ns±bl� tcs prn+�ide �r�of of ���yr���± of 4f[ ti�r+�� sz�uco,�tracto:-a idPn#ifi�i us 3 MSE a��c� caun#an� #Fr�s� �i�ollars t��Vards rr�e�g;^� tne c��#racC comrnit#e� q^�1. ..� ALL iViB�s Ii�UST BE CERTIFIED ��FORE CONTRACi AWARD. Cerfificatian means those firms, IocatecE within the Marketplac�, that ha�e been determined to be a bonafide minarity business enterprise by the North Central Texas Regional Cerkifica#ion Agency (NCTRCA) and the DallaslFort Worth Minarity Supplier Development Council (DIFW MSDC}. If hz��u'sn� �n;;y:ces a:a c�#i�azed, khe Q�Feror wi!I f�e r"iven �r�dlt �� Ifln� as i�i� M8E l�sta� �wns a�� ❑p�rat�s �t le�s# �r�� Eu!s,� Itc��sed �nd Q�p�r��tur��1 tr�c�: to k�� usec! on Eh� cr�n}r�ct, "ff7� fVF�� m�y I�aYp Cruc�Cs fro^� a��.+�?Pt i�v�IRF f�r,m, GR�c1��w�� �'.n�E ❑�y� �er-�perate�, a�� r�4��;re ��11 R�R� ���r��t Th� ik+}f3� m�y ke�we ttucks fr�m r�er,.h����, i�e1����ng r����^��-��e.�afed, b��rt w��ill aniy r�ceive cre�r�it far th� �eYs �r�� COI"Cl[''�'.'YS'.L'�'S ELrn,�d k�y t�e M�� �s c�ut�inecE i� fh� I���p �greement- Rev. 2113119 ����j��� ATTACHMENT 1A �. Page 2 of 4 Offerors are required to identify ALt subcontractor5lsuppliers, regardless of status; i.e., Adinority a��i n�n-fUl��s. MBE firms are to be listed first, use additional sheets if necessary. Please nate that only certifed MBEs uvill be counted to meet an MeE goal. ._ _ � . � SUBCON7RACTORISUPPLIER ° Company Name 7 � yy " Detaii Detail Address i � g 5ubcontracting 5upplies pal�ar Amount TelephonelFax e � E Pd .".�ork Purchased Email r s I Coniact Person � Hayde� Capital Co�poration 21 PO Box 8369 Fort Worth, TX 76124 817-�478-3765 � margo@haydencapital.net Margo Brian � GJ 5eeding, LLC 2 1080 S Burleson Blvd Burleson, TX 76028 817-426-8284 gjseeding@gmail.com Gay{e Juraschek Cowtawn Redi Mix Cancrete 2 PO Box 162327 Fort Worth, TX 76161 89 7-454-2371 maxcowtown@ya h oa.com Max Ulrich I Bamsco 2 5000 Blue Mound Road For� Worth, TX 761 D6 817-239-69D8 greg@barnsco.eom Greg Farbess � � Precast Cor�crete Panel — Walls, ❑ — Excavation, Removals Sodding Seeding 0 ❑ — Concrete ❑ �✓ — Rebar ❑ ❑ � � Maxo� �riuin�, �Lc � Dril[ing for �o Box zzo2 concrete piers becatur, TX 76234 94Q-fi27-7722 ❑ ❑ � blak�c@maxondriAing.com — Blake Cearley CrassRoads 2 lnstail Meta! �012 David Strickland Rd Beam Guard �ort Warth, Tx 78119 — Fence, Provide 817-634-0044 � ❑ '� traffic control klong@crossroadslp.com and barricades Kevin �,ong $231,025.00 $9�4,184.D0 $266,273.a0 $50,OQ0.�0 $38,6�Q.00 $67,993.0� Ftev. 5I15119 �����:'�: A71'ACHMEiVT 1A Page 3 of 4 Offerors are required ta identify Al.l, subcontractorslsuppliers, regardless of status; i,e., �Ittican�y ai�el no�-CNE��s. MB� firms are to be listed first, use addiiional sheets if necessary. Please note that only certified MBEs will be counked to meet an MBE goal. N SUBCONTRAC7QRf5UPPLlER ° Company Name T M yy �' Detail petail Address i g g Suqeontracting Supplies pollar Arr�ount TelephonelFax e E E �4 Work Purchased Email r � Contact Person � Martin Marietta � � Rack aggrega#e $15,302.00 6048 Jennie Dri�e I F'ort Worth, TX 76133 214-543-3597 � � ,�/� zach.bean@martinmarietta.com ��-� � Zach Bean � � — L�I � — � � — � � — � � � Rev, 5195119 � ��.,�'�.� Tofal �allar Amount of fi11B� Subcontractorsl5uppliers � 591,482.00 Tatal Dollar Amaunt of Non-fi��3� Subcontractorsl5uppliers � 171,945.OQ TOiA� DO�LAR i4MOUFVT O� Ai.L 5l1BCONi"RACiORSISUPPLIE�S � 763,427.00 ATTACHMENTIA Page 4 of 4 �'h� �fi��ar w�ll n�# r�ake add�tl�ns, �eietro�s, �r substitutions �o this c�it€#'��d iist witha+�# #h� p�i�r ��{�r���al of CI1e �ff�c� of 6u�s�r�ys Dive�s�ty kl�r�ugh th� sub�rit#ai �� a f2���r�►st ��r ��pr^�r� af ��arrc�efAddifiar� f�r::�_ An�+ �r��ut�t:f�p�! c��r,�e or d�let+4:� sY�aPl �� � rnLt��i�l brearl� oi c�r�tr.ac� �r� �x�a� ��su1t in d�t���rrr��nl `u7 acc�rd �;r�t1� ��� p�oc�:u�es �u�Ein�� in it�e o:rj��anc�, �'h� �#fero� �E�aIJ su�x,�,ii � de#�iEecl exp!L�;��ion o� h�;�r tl�� r���PstP� c�a��g�fadriitior� or d�lef;on �;=�fa �ffec� the cammi+.±ac# M�� c���L li tl�� d�ta�l �x�lunalto� is �of yu�mi�t��i, li v�rikl a�A�k t1�� �i�a� �om�!i�: �c:e c�eterr�iinat;ar�, By affixing a signature fo this form, the OfFeror further agrees to p�o�ide, directly ta the City upon request, complete and aceurate ir�formation regarding aetual work performed by all subcontractors, including MBE(s} and any special arrangements with MB�s. The OfFeror also agrees to allow an audit andlor �xaminatior� of any books, records and files held by their company. The Offeror agrees to allow the transmission of infierviews with owners, principals, officers, �mployees and applicabfe subcontractarslsuppliers participating on the contrac� that wi[I substantiate the actual warlc perFormed by the MBE(s) on this contracf, by an autf�orized officer or employee of the Ciiy. Any intentional andlor knowing misrepresentation of facts wiN be grounc�s for terminating ihe ca�tract or debarment from City work for a period of not less than three (3) years and for initiating action under Federaf, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determinatian of an irres�onsible �fferar and debarment f�-om participating in C�p' -w�rk for a period of tim� not less t�an one (1 } year. Autf�orized Sig ture + �IC� F�'C'��Id� 7itle Humphrey & Morton Consfruction Company, inc Company Name 5 � 35 Ves�a �arCey Road Address �or� Wor�h, TX 761 �9 CitylStatelZip 04fice af Business Dlverslty Email: mwbeoffice@fortworthtexas.gov PMone: (817) 382-2674 Josh R Gill Arinted Slgnature Cantact NamelTitfe (if different) � 17-907-7092 7elephone andlor Fax josh@humphreyandmo�ton.com �-mall Address C]�c�mber � 6, �0�� Date Rev. 5115119 � ui���il������� �1�51�1��� E�'1��'I'�M"ISP ���� j � � � H��d�r� ��pi��! ��r��r��i�r� .,,,:.K�.•,�.�-�r_�.-r -� �.�����1 ���l��i �;�1"�]�r�C��� h�s f��d with th� A��ney �� Af�davit as d�ffned by �[G7RCA Disadvant��ed E3u'siness Ent�r�ris� (C3�� 49 CFR P�r� 26 ai��t is }�ereby certif��d tn provide s�rvi�e{s} in t�e €c�llc�wi�t� �rs��: IUAI�� �37i'��� �N�"I`�ii AI�� SI�W�R �.I,I�E Ai�� R��ti'EL� S"iF€€J�'l�RES ���l���C�1�N NAIC� 2�7�9 �: H1��+1i�Y� �1'R�ETx A�J� �R��� �C��I�iRUCil�3�! i�l� 2��1'��, ��U��� �t�N���f'� �t�l1�1�1A�t�N ��C? �T��1�'f"t�R� �G�l�i'Fi�k�QRS N�f� ����� �. �iT� ��F���'�l�tt� �Z��i��.iC��� T°hi� ��rtdfe�a�`i�n c��m�n�es �uri� fi, �(�2� �nd �uper�ert�� ��y ��is�railan o�- lis�ing �rsv�o�s�iy is��t�d. This ��rtiii�ati�n must be a��s,€�°t�ci �rtnu�ly by s���iis�ia� �� �n �nnu�l t��ate ��fi��r�it. R� �n� �ir�t� f��� ts ��han�� in �,v�n�e�hi�, �r�#r�( af th� �rt�i �r �p�r�t��, r���i�r���n �ust b� e�ade imrn�lia#ely tv 1h� �E�st� G�ntr�( T�xa� F�egior��! Ceriif��tior� Ag�t�c}� fci�` �li�ibi{liy �vaa���ip�. Is�u�� C��te: J�rt� 7, ���� ��RTIFIC�+TiON N�. Ff�����6�7P����3 ����� ����� � 1 , �- � �� t'�J�!' � � �� � � �� � ,� �� ���#�ox�'�`� � � � �. �� •{ � Cefil�c�ilan �!d(Tli'C1istC'�t[iC �__ � � �� 4 #� �Ic�r��n �u�i���� ����r��i�� �l�l��} F��yd�r� ��pi��i ��i�c�����c�� ��.y��� Ca�Y��� �or���-a����� � � �s fifod �+rilfr #hc Ag�aicy �n Affti��ek �s �e�n�� hy NCT��`A V�l�ms:� 33usln�as Enkerprlye �V1+��� �'c�ll�l�s � �r�cedu�e� ar�d �s I��reby c�►��ii�d #o �eavtda serv:���s� fn ih� FQllow�r+g �re#�; NAIC� ?37"��D: Vlfil�li�� P4hJD 5�4N��t �Ih�� AN� R�!��`�'� SiRIJ�TL�R�� ���I��RLtCTION P�A��S �373 �0: FiC�HW,4�', STi��E7, A�1D �RI��� �(l1�STF2UCTiON NA[C� �3i�9'Ip: P�{�RED ��'ri#CR�7� �OUN��TEON A!�n STRU�TUFtE CONTRACT[}1�S W�a.�C� �389��: Slt� �R�PARA�ICiN Ct�NTF��CTt?Ft� � r�iV c��a�a3fiG��lur� ccsr77m�r��es D�tob�r ��, �021 an4 su�ersedes any regEslnllon s7r I�stf:°:� prevlu���y ��s��. 7t�ls ce:ti��al;an m�+st be updated �very 1wa year:� by ��hmisslan af an Ann��l I�p�,�[t� Alfidavil, Ak ar:y 11mc k;��re �s a c:lleng� in �s�nt�csl�ip, cVn4itY� Of If1� flFfn Uf' 4�}Ei3tl+jfY, €�¢tiTcfakiv� m�sk b�• rnade Immadlakcly ±�r thf: lvanh wentreE Tax�s Re}�iurfal Ce�:ifi�a�io^ A�r�ncy Faf eiigi�ilaly e��aluailan, C�r{Ifica�ior� Expiraliarw: C?�tobef �i, �i1�3 ls�u�:*d []at�' f]ctot�r 2�, 2021 ���t'iC�Is�AiIUiV k�fl. �IF►JV��7�78�!'E�323 �� _.�1���-� �eri�ilc�tlar� A�m'.�I�Iral�ar f1��nari�y ���i���� Et�t�r�r;�� ;�I��� � � W��d�r� ���i��l ��rp�r���c�n �.. w. F,. �.....� F r.. y�y �I���e� �a����l ��r�o��t�or� I�a� fl�,d wilh ifi� A��n�y an F,���+�it �s dflfi�ed b� i����A ��1it�ori;y l4usir��ss �i��ps�ri�e (MB�) �ollci�s � f�ra�dur�s ar�� Rs h�r�by e�rtt��d �o �ara++idv s�rvluh��� In lfte Follow�n� areas; �AiC� 237ii0: 1ha�A7�Ft +A.ND ��4U�R I.IH� A�+7� Ft�L�TE[} STi�UCTLiRES GON�TFtiI�T1C3�f F#A;C� ��7310: liI�HW�AY� �7€�E�7, A�IC� B#�IbGE ���STRU��t��7 N�C� �38970; P0�1i�ED ��r+I�R�TE FOU��ATION Ah3C] $TFLU�TE�RE �4NTF��CT�R� N1�1[�u �38��D; �ITE P�tPA!��71U?�! COhiT�A��OFi� Thl� �er�i�[�a�l�r� �orril�cxlaCE�s Quir�h�� 2�. �{I�i �n+J 9��rsedes �ny ragl5�r�llvn Or ii�id.tiy prevlvus�y ixs�ed_ Tl,is cerilfi�4�#i�n muxt be up�i�ked every lwo yea� � b� su�irr�issl�n e�f �n �rnlu�l �.Ip��1e !k(i�d�vlt� Ak ��y tlme Ihere f5 � char�€�v In a�nm�rs�i�, cnr�hrc�J �� 111e Fif.r;: cr +3pera4srsRi, n�t��catGv� Tnu�k be TT.3�ie hmrt��t�iak�ly to H��e h��rilf C�nt�al Texa� Rt�glu�7s! �ar��fi�:allor� Agenc}� for e,�l�ibllity ew�lv:,<<or„ ��elEfl�ta�rx �xp:r�iE�^: ��+c�b�r �fi, 2��3 Iss�ed D�ke� �ct�b�r ��, 2�7� �ERT�F��ATEo� iVO. H�M�d7674�J�0�� ���y-���.�+���� �e�#if�calEO� Aw�!i�iStr�tOr �� a � „��r� �� ��.� �.,��..rxri � Disad�an�aged Bus�ness En�erprise (DBE) G �. Seeding, LL�C ���o S�e�l���, ]C�I�� has filed with the Agency an Affida�it as defined by NCTRCA Disad�antaged Business �nterprise (DBE) 49 CFR Rart 2B and is hareby certiired ta provide serviee(s) in the following areas: NA[CS 229310: WATERSUPPLYAND IRRIGATION SYSTEMS NA[CS 236220: BROADCASiING STATION CONSTRUCfION NAICS 237110: IRRIGA7{ON PROjECf C�NSTRUCfI�N (�XC�PT LAWN) NAlCS 423390: SI�T FENCE AND OTHER FABRlCS [�.G., FOR EROSION CONT�tOL) M�RCHAN7 WHULESALERS NAICS 561730: HYDR�SEEDING SERVICES (E.G., DECORATIV�, �ROSION CONTROL PURP05ES) NAICS 561730: LANDSC�PING S�RVICES NAICS 5G1730: LAWN MULCHENG 5�RV�C�S NAICS 5617��: SOD LAYING SERVIC�S 7his Certification commences August 1, 2D22 and supersedes any registration or listing pr��io€�sly issued. This cer#ification must be updated annualfy by submission of an Annual Upcfate Affida�ik. At any time there is a change in ownership, cantrol of the firm or operation, notification must be rnacie immediately to the North Central Texas Regional Certification Agency for eligibility eWaluation. lssued Date: August 1, 2022 CERTIFICATION NO. HMDB70439NQ823 ���,�� ����� �� _ ' rL�[:�' � � �� � � �_; � � : � �� ����� � -- � `� ./ �� •I � CerEificatian Administrator a � yt.'r..1�H �� I Flw ia� y� 1 Minority Business Enterprise �MBE) G.�. Seed�ng, LLC G�J�. Seedl���, I�LC has filed with the Agency an Affidavit as defined by NCTRCA Minority Business Ente�'prise (MBE) Policies & Procedures and is hereby c�rtified to pravide service{s) in the following areas: NA{C5 221310: WAT�R SUPPLY AND IRRIGATION SYS7�MS NA[CS Z36�20: BROADCASTING STAT[DN COIVSTRUCTiDN NAICS 237710; IRRIGATION PROJ�CT CONSTRUCTION (EXCEPT LAWN) NAICS 423390: SILT ��NC� AND OTHER FABRlCS {E.G., FOR EROSION C�NTR�I.) MERCHANT WHOl.�SAL.ERS NAICS 561730: HYDROSEEDING S�RVIC�S {E,G., D�CORATIVE, EROSION CONTROL PURPOSES) NAICS 561730: LAfVDSCAPING S�RVICES (�JCC�P7 PLANNING) NAICS 551730; LAWN MULCHING SERVICES NAICS 561730: SOD LAYiNG SERVICES This Certifcation eommences August 1, 2�22 and supersedes any registratian or listing previausly issued. 7his certi#ication rr3ust be u�dated every two years by suhmission of an Annual Update Affidavit, At any time there is a change in ownership, cantrol of the firm or operation, notification must be made imm�diately to the North Central Texas Regional Certification Agency for eligibility e�aluation. Cer�ification Expiration: August 3'E, 202�4 Issuecf Date: Augus# 1, 2022 C�RTIFICATION NO. HMMB67243Nfl824 # � � �+ •� � Certification Adrninistrator ,� __a �` � ��,.x.� �..P,��H�f.�.�,,.�. Smafl Business Enterprise �SBE) G.J. Seeding, LLC ���� 5����.�1�9 ��� has filed with the Agency an Affida�it as defined by NCTRCA Small Business �nterprise (SBE) Poficies & Proced�res and is hereby ce�tifisd ta provide senrice(s) in the f411owing areas: NAICS 229310: WATERSUPPLYAND IRRIGATIDN SYSTEMS NA[CS 2�6220: BR�ADCASTING STATION CONSTRUCTI�N NAICS 237110: IRRIGATION PRO,�ECT CONSTRUCTION (EXCEPT LAWI�) NAlCS 423390: SIL.T F�NCE AND OTHER FABRlC5 (�.G., �OR ER0510N CONTROL} MERCHANf WHOLESALERS NAICS 561730: HYDROSEEDIf�G S��VICES {�.G., DEC�RATIVE, ER�S�ON CONTROL PURP05�S� NAICS 561730: LAfVDSCAPING S�RVICES NAICS 56173Q: LAWN MULCHWG SERVICES NAICS 561730; SOD LAYING 5�RVIC�5 This Cerkificatior� comrr�ences August �, 2022 and supersades any registration or listing pre�iausly issued. This certification rr�ust be updated every two years by suiamissian of an Annual Update Affida�it. At ar�y time fii�ere is a change in ownership, conirol of the firm ar aperation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility e�aluatian. Certificatinn Expiration: August 31, 2024 Issued Date: August 1, 2022 CERTIFICATION NO. HMSB2317iN072�4 � � � *� �� Cerkification Administrator r Women Business Enter�rise (W�E) ��° o Ca�nr�own Redi Mix, Inc. �y`� i . . _ � twrmi.- �z�u kKa.,y ���t��� �.���� i :I��.�� ���� has fled witt� thE AgEncy an A�fidavit a� defner� by NCiRCA Wornen Busi�ess Enterprise (WBE} Policies & �'rocedures �nd is �e�eEay certiiietE to pra�id� service(sj in the follawing areas: NAICS 3Zi32{]; REAaY-MiK CQtiGRETE MANUFACiURII�G This Certificafila� commences Decerrtber 7, 2021 and supersedes any reglst�atipn or listing prevlously issued, This certification must be upd�ied every fwo years by submission of an Annual lJpd�te Af�davit. Af a�y t9me #here Is a change in ownership, control af tne f�rm or operaiian, notificafion must be made irnrr�ediately tn t�e No�kh Cantr�l Texas Regior�al CertificatiQn Agency for �iigibifity ev�luation. Cerkificaiion Expir�ation: Dec�mber 31, 2023 fssued Dats: December 7, 2Q21 C�RTIFICATEQEV EVO. WFWB4203�FN�223 (� t h .-, . i: �..�.. ( � n =•" �� � �'�"�, J.Y J+.i_J.SJ� Certification Administrator �'+��'� ��RT� OFFEROR CQMPAIYY NAME: PROJECT NAME: C[ty`s MBE Proj�ct Goal: o�a °�a PROJECT NUMBER If bath answers to #his form are Y�S, do not complete ATTACHMENT 1 C(Goad Faith Effort F'orm). All quesiions an this form must be completed and a detai�ed expianatian provided, if applicabl�. If the answer to eiiher question is N�, then you must complete ATTACHM�Ni 1 C. This form is only applicable if �th answers are yes. ���ii�re #e ���p12te this forr� ir� iUs e�tirety ar�s� l�� reL��ve� �y t�� p�rehasinq Divi;i�n ��� I�ter kl��f� .�'C+�J v.m.. r�n 'the �secon�l Ciiv l�usiness dav �it�r �id s�nenir�a, �;xYJ���►�� of the bici o�xenir�n �+zt�. �Y�!I r�sult in if�e Lt?t� I�el1�!g cC��i;.+��;',�' li�Ft-7'@S�nnci�r� tQ �€� ��.",nCJ'�lCc���'u�o:i. Will yau perform this enfiire contract withc�ut subcontractors? If yss, please provide a detailed explanation fhat pro�es based on the size and scope oi this project, this is your normal business practice and provide an operat[onal profile of your business. Wilf yau perform this enfire cantract withou# sup�liers? If yes, please provide a detailed explanation that pro�es based on the size and scope of this projeet, this is your normal 6usiness practice and provide an inventary prafile of your b�siness. YES NO YES [►L7 The Offeror furEher agrees to provide, directly to #he City upon request, complete and accurate informakion regarding actual work perfarrrted by all subcontractors, including MBE(s) on this contract, the payment thereaf and any proposed changes to the original MBE(s) arrangements submitted wi#h this bid. The Offeror also agrees to allaw an audit andlor examinatian af any boaks, records and fifes held by their company that will su�stantiate the actual work performed by the MBEs on this contract, by an au#horized officer or employea af the City. Any intentional andlor knawing misrepresentatian of facts will be grounds for terminating the contract or debarment from City work for a period of not less than ti�re� {3) years and for initiating action under F'edersl, State or Local laws cancerning false statements. Any failure to comply with this ordinance creates a material breach af contrac� and may result in a determination of an irresponsi�le Offeror and barrec4 frorn par�icipating in City work far a pe�iod of time not less than or�e (1) year. Authnrized Signature Title Company Name Address CitylSfatelZip O�ce of Business �iversi;y Email: mtin+beofficeQfortworthlexas.gov Phone: (817) 382-2674 �i�y of �or�fi l�Iorfih i�inorifiy �usiness �n�erpri�e 5peci�icafions �rime Con�rac�o� VVElai�er� I�orm ATTAC h! M E NT '1 B Page 1 of 1 Check applicable box to descrihe Qfferor's Cert[flcakion iMNV1bBE g JD I]A7� N-MNII/�BE I Of%ror's MB� Projeci' Commitment: Prinled Signature Contact Name (if different} Phone Nutnber Fax Number Email Address Date Rev. 5I15119 ATTACHME�VT 1C Page 1 of 4 �'� i�'I' �� R.T H OFFEROR COMPANY NAIVI� PROJECT NAIVIE: City"s MBE Prqject G4al: % Ci�y of �or� 1�Vor�h IVYinority �usiness �nterprise �II�E Good Fa��h E��o�r Fo�m I Check appllcable hox to descri6e Offeror's Certification � MMIIDB� � NON-MIWIDBE BI� bA7E Offeror's MBE Project Commitment: PROJECT NUfiIIBER % Ef th� Offeror did not meet or ex�eeci .h��Mg� a�ihcontracting goaE for this project, the �fferor must complete tltis � form. If the Offeror's m�thod of compliance with the MgE goal is haseci upan riemonstra#ian of a "good faith effort", the Offeror wi[[ have �he burd�n of correctfy and accurate[y preparing and suhmitting the documentation required hy the City. Compliance with each item, 1 thru 1'[ below, shall satisfy the Good Faith Effart r�quiremenf absent proef of fraud, intentional andlor knowing misrepresentatian of the facts or intentional discrimination by the Dffernr. Failure to compfete th�s F�r�rn, kn r. � ;+� �n±irflf� �,�;*f� �iY�d01't1Y1Q �ocumentati�n, 8::� i�L�:`��� �}I �hn Purchasing Division no latar t�:a:� i;Q� �.m. �n the �ecryn� CttV h��Ginpcs ��y �fter �;� �,+n�ninp, ���IusiWe of bid opening date, wfl! r�2$ult 6�l �!'!e hi� �+��n� ��r�������a ����-responsiv�e �o hE� cneGifications, 1.) Please list each and every subcontrac�ing andlar supplier opportunity for the completion of this project, regardless af whether it is to 6e provided by a MBE or non-MB�. (DO NOT LIS7 NAM�S OF �I. RMSi On aIl projects, the Offeror must fist each subcontracting and or supplier opporiunity regardless of tier. (Use addrtiar�al sheets, if necessary) Lrst of Subcontracting O�portunities List of Supplier Oppartunities Rev. 5l45I49 ATTACHMENT 1C Page 2 of �4 2.y �btain a current (not more than two (2) months old from the hid open ciate) list of MB� subcontractors andlor suppliers from the City's Offic� af Business Diversity. ❑ Yes Da�e of Listing ❑ No 3.j Did you solicit bids from MBE firms, wiihin the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by rnail, exclusi�e of t�e day the bids are openeti? ❑ Y�S (lf yes, aftach MBE mail listing to include name o# firm and address and a dated copy of letter mailed.j ❑ No 4.) Did you solicit bids from MB� firms, within the subcan#racting andlor supp�ier areas previously listed, at least ten calendar days prior to bid apening by felephone, exclusive of the day the bids are opened? � YES (If yss, atfach list 4o include name pf MBE firm, person contacted, phone n�mber and date and time pf contactj ❑ No 5.) Did �ou solicit bids from MBE firms, within the subcontracting andlor supplier areas previously Iisted, at least ten calendar days prior to bid opening by facsimile (#ax), exciusive of the day the bids are opened? ❑ Yes (If yes, attach lisi ta 9nclude name of MBE firm, fax number and date artd time of eorttact. ln addition, if the fax is returned as undeiiverahle, then that "undeliverahle confirmatian" received must be printed directfy from the facsimile for proper documentatian. Failure to suhrr�it confirmation andlar `°undeli�erable confirmation" documentation may render t�e GFE rton-responsive.j ❑ No 6,) Did you salicit bids from MB� fiirms, within the subcontrac#ing andlor supplier areas pre�iously [isted, a# least fien calendar days prior to bid opening by email, exc[usive of fihe day the bids are opened? ❑ Yes (lf yes, attach email cor�firmation to include name of M8E firm, date and time. In addition, if an email is returned as undelivera6le, then that "urtdeliverahle message" receipt must be printed directly from the emafl system for proper documentation. Failure to submit confirmatfon andlor "undeliverable message" documentatlon may render the GFE non-responsive.} ❑ i�o NOTE: The four methods identified above are acceptable for solicitir�g bids, and each selected method must be applied to fhe applicabfe contract. Th? ��prnr ����s# �nc+�m�nt �i?�+� a�ther at psast �`��:� at�am�{g were made using two of the four methods or i�h�t �t �east one success#ul con#act was made �rsing one ni the four methods in order to deemed responsiv� t� rhe ���d Faith �ffarC reaufrement. �NO'fE; The Offeror must contact the entire MBE fisfi specific to each subcontracting and suppIie opportunity ta be in compliance with ques#ions 3 thru 6. 7.) Did �ou prn�ide plans and specificafiions to potential MBEs? ❑ Yes � No 8.) pid you provide the information regarding the location af plens and specifications in nrder to assist the MBEs? � Yes � No Rev. 5Ii 5l19 A7TAC HM�N7 '[ C Page 3 of 4 9.j bid you prepare a quotation for the MBEs to bid on gaodslservices specific to iheir skill set? ❑ Yes ��� y�s, attach all capTes of quotatians.) ❑ Na 10.j Was t�e contact information on any of the listings not valid? (If yes, attach the information that was not valid in arder far the OfFice of Business piverslty to address ❑ Yes the corrections needed.) � No 11.)Submit documentatian if MB� auotes were rejected. The documentat9on su6mitted should 6e ira the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any suppor�ing documentation th� Offerar wishes ta be considere�d hy the City. In the event af a bona fide dispute coRcerning quntes, the Off�rar will ��ovide for canfidential in-camera acc�ss to an inspection of any relevant ciocumentation by City personnel. (Please use additFvnal sheets, if neeessary, and aifach.} Company Name 7elephone Contact Person Scope of Wflrk Reason for Rejection ADDITIONAL INFORMATION: Please pra�ide additiona[ information yau feef will further explain your good and honest efforts to obtain MBE participation on this projeci. i�e Offerar fur�her agrees to provide, directly to the City upon request, complete and accura�e in�ormatifln regardir�g actua� wark perfarmed on this contract, the payment thereo� and any proposed changes to the original arrangements submitted with this bid. �he Offeror also agrees to allow an audit andlor examinaf'[on of ar�y booEts, records and frles held by their company that will substantiafe the actual work performed on fhis contraet, by an authorized offic�r ar employee of the Cify. Any ir�ten�ional andlor know�ng misrepresentation of facts will be grounds for terminating the contract or debarment from �ify work far a period o� not less than three (3} years and for `[�nitiat't�ng action under Federal, State or �ocal laws concerning false statements. Any fai[ure �o comply with this ordinance shall create a material breach of contract and may resu[t in a determination of an irresponsible Offeror and debarment from participating in City work for a perEod flf time nat less than one �1 } year. Rev. 5I45119 Al"7ACHMEN7 'f C Page 4 of �4 The undersigned cert�fiies that #he in�armation pro�ided anc! the i���(s) listed r�aslwere contac#ed in good faitl�. Ct is understaod that any f���(s) lis�ed in Attachment 1 C will be contacted and the reasons for nat using them wi[I be veri#ied by the �ity's Office of �usiness �i�ersity. Authorized Signature Title Company i�ame Address CitylStatelZip Office of Business Di�ersity Email: mwbeoffice@fortworthtexas.gov Phane: (817) 392-2674 Printed Signature Contact Name and 7itle (if different) Phone Number Fax N�m6er EmaiI Address Date Rev. 5115H9 .loint Vertiure Page 1 of 3 lF� F� T�dJ R'�` H Name af City pro�ect: 1. Joint veuture inf�rmation: Joint Venture Name: .Taint Venture Address: (Ij"appdicable) Te] ephone: Cellular: CITY OF FORT WORTH MBE Joinf Venture Eli�ibilitv Form AII questions must 6e rrtrswered; use "N/A" if nof ppplicnbl� A jaint vencwe fonn must be completed on eacM project A�'PIBidlPrajeet Nurnber: �`acsimile: I E-maiI � .�. � � . _ Identify the firms that comprise the joint ventui•e: Please attach extra sheats !f additlona! space is required ta provit�e detailed expianations of work to be performed by each firm comprising the joint venture MBE firm Nooi-MBE iirni name: uame: Business Address: Business Address: City, 5tate, Zip: City, 3tale, Zip: Telephone g_�a�] Telephone E-mail Celluiar Fac�imile Cert�fication Sfatus: ]Vame of Certifying Ageney: 2. Scope of rvor� per%rrned by Yhe Joiz�t Venture: � Descr'rbe the scope of worls of the MBE: Ce]fiAar Facsimile Desceibe ihe scope of work of the non-MSE: Rev. 5115119 Joint Venture page 2 oi 3 3. What 'rs the percentage of MBE participation un this jaint venture tE�at you wish to be counted toward meeting the project goal? 4. Atfach a cppy of the joint venture agreement. 5. List eamponents of owuersh�p of joint venture: (Do not complete tf this irtfol•maiion is descr•tbecl in jaint ventur-e agreerrtent) Profii and loss sharing: Capital contributions, inclucfing equipment: Other applicab[e owner•ship interests: � 6. Xdentify 6y name, race, sex and iirm those individuals (with titles) wbo are responsible for the day-ta-day management and decision ma[�ing of the joint veuture: Financial decisions (Eo include Accour�t Payahle and Receivable). Managem�ent decisions: a. Estimati�ag b, Marketing and Sales a Hiring and Firing of management persannel d. Purchasing of major equipment I and/or supplies � Supervision of f eld ope�•at9ons The Ciiy's Office of Business Diversity will review your joint venture submission and will ha�e final appro�al of the MBE �ercentage applied toward the goal for the project listed on this form, NOTE: I � From and after the date of project award, if any of the participants, the i�dividuafly defined scopes of work or the dollar amountslpercentages change from the originalfy approved information, then the pariicipants rnust inform the City's OfFice of Business Div�rsify immediately for approval, Any unjustifiied change ar d�letian shalE be a material breach of contract and may result in debarrnent in accord w�ih the procedures outlined in ti�e City's BDE Ordinance. Rev. 51i5l19 Jofnf Venture Page 3 of 3 AFF�DAVIT The undersigned affirms that the foregoing statements are true a��d correct and include aIl material infarmaiion necessary to identify and explain the terms and operatian of the joint vanture. Furthermore, the undersigned shall agree to pravide to the joint venture the stated scope of work, decision-making respansibilities and payinents herein. The City also reser�es the right to request any �.dditional information deemed necessary to determine if the joint ventiu•e is eligible. Failure to cooperate and/or provide requested i��formation within the time specified is grounds ior termination of the eligibility process. The undersigned agree ta permit audits, interviews with owners and examination of the boolcs, eeco��ds and files af l.he joint venture by any authorized representatives of the City of Fort Worth. F`ailure to compiy with this provision shall result in the termination of any contract, which may be awarded u�der the provisions of this joint venture's eligibility and may initiate action under Federal, State andlor Local laws/ordinances concerning false statements or �,viIIful misrepresentation of facts. ---------------------------------------------------------- Name of MDE Ferm 1Vame ofnon-1VEB� firm Printed Name of Owner Signature of Qwmer I'rinted Nams of Owner 5ig�3ature of Owner Title Date State of On this Frinted Name of Orvner Signature ofOwner Printed N�me of Owner 5ignature ofOwner Title Date Notarization County of day of and , 20 , be%re me xppeared fo me personally knowv and who, being duly sworn, did execute the foregoing affidavit and d1d state that they were properly autharized ta execute this affidavit and did so as their free act and deed. Notary Public Print Tiame Notaiy Public Signafure Cominission Expires Office at Busin�ss Diversity Email: rnwbeoffice@fortworthtexas.gov Phone: (817} 392-2674 (seaq Rev. 5115I19 �C-�o�� W�ge �.ate� 7C��� �P..A.�E ���T �I�'I'E1�7CYOl�A]L�LY ]���.l�TK C[TY �F FORT WORTH WESTCRCEK CHANNEL Mt11NTENANCE STANDAC�D CONS"CitUCTION SPECIPICATIQN DOCU�vIENTS CITY PRd7�CT 1�i0. IQ30G0 Revised Iuly 1, 201 [ F;Iprojects�03181067-D119 Designl9-4 nrojectManual_5pecifications1100%lAppendixlAppandix.doc 2D13 PREVRlL{�VG'WAG� RATES (Hea�y and Highway Construction �ro�ects) CLA551FICATION DESCRIRTION Asphalt Distributor Qperator Asphalt Pa�ing Machine Qperator Asphalt Raker Broom or Sweeper Qperator Concrete Finisher, Pa�ing and Structures Concrete Pa�ement Finishing Machine Operator Concrete Saw Operator Crane �perator, Hydraullc 80 tons or less Crane �perator, l.attice Boom 8�0 Tons or Less Crane aperator, I.atiice 800m Over 80 Tons CrawlerTractor �perator Electrician Excavator Qperator, 50,000 pounds or less Exca�ator Qperator, Over 5Q,000 pounds Flagger Farm Builder/5etter, Structures Form 5etter, Paving & Cur� Faundation Drill Operatvr, Crawler Mounted Foundation C3ri11 Operator, Truck Mounted Front End Laad�r Op�rator, 3 CY ar Less Front End Loader Operator, O�er 3 CY Labarer, Common Lab�rer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operakor Motor Grader Operator, Fine Grade Motor Grader Operatar, Rough Off Road HauEer Pa�ement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing 5teel Worker Raller Operator, Asphalt Rofler Operator, Other 5craper Operator Servicer 5mall Siipform Machine Operator Spreader Box 4peratnr Truck Dri�er Lowboy�-F{oat 7ruck Driver 7ransit-Mix Truck Driver, 5ingle Axle Truck Driver, 5ingle orTandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work zone Barricade 5ervicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ 1532 13.99 1Z.69 11.74 14.12 16.D5 i4.48 1$.12 17.27 20.52 14.07 19.80 17.19 15.99 10.05 13.84 13,16 17.99 21.07 13,69 14.72 10.72 12.32 15.1$ 17.6$ 7.4.32 17.19 16.02 12.25 13.63 ��.z� 1ZA1 16.18 13.08 11.51 12.96 14, 58 15,96 14,73 16.24 14.14 1�.3�. 1.z.6z 12.86 14.84 11.68 Fhe Davis-Bacan Aet prevailing wage rates shown for Heavy and Mighway construction projects were determined by the United States �epartment of Lahor and current as of 5eptember 201�. The tltles and descripYions forthe classifications listed are detailed in the AGC o€ Texas' Standard 1ob Classifications and �escriptions {or Highway, Heavy, Utilities, anci fndustrial Canstruction in Texas. Pagelofl �C�6.�9 Pe�mi�s and �J�xlxt�es Th�[IS PA�]E ]L�EF'I' Il�T]Ell�TT7C���A�LI.`� ��LA�I� CITY OP rORT WORT[i WESTCI2EEK GHANN�L MAINTEIVANCE STANDARI} CONSTRUCTION SPECIFICATION DOCUMENTS CITY YRO]EET NO. 103Q60 Revised]uty 1,2D1I P:lprojeats1031&1fl67-�119 Designl9-4 Project Man�af_Spacificatioi�sl[40°/alAppeildixlAppendix.doe D2222�45603 'i01101202210;19 AfUI Page: 4 of 1D Fee: $55„00 5ubmitter: City of F'ort Worth, TX Electronically Recorded by Tarrant County Clerk in Official Public Records •����� MARY LOUISE NICHOL50N COUNTYCLERK AFTER R�C�RnING, �iE'FURN �O: City of Fort Worth, Texas 200 Texas Street �ort Worth, Texas 76l 02 Attention; Real Propeny IV�anagsrnent 1�1UTICE OF COPIFIDErVTYALYTY RIGHTS: �` YOi7 ARE A I�IATURAL PER501�, YOU MAY REMOVE OR STRI�E ARTY OR ALL OF THE FOLLO'UVING �Pl'FaRNiATIOI� k'ROM Al�]Y �STRUIVIEIVT T�iAT TRAi�tSk'ER� A1�T II�TE�tEST �i 1tEAL PR4PERTY BEFQRE IT IS FILED F�R �tECORD IN THE PY]BLIC �CORD�: Y0�7R �OCTAL �ECURIT'Y I�IUMBER OR YOiTR DRIVER'S LICEri15� 1�1UMB�R. � TEMPORARY CO�i�Tl,tUCT��i� EASEM�NT AGREEMEI�IT STATE OF TEXAS C�UNTY OF TA�RANT KNOW ALL 11�EN BY TI�ESE PRESENTS: THAT TARRA1i�T RE�Y01�1AL 'WAT�R DISTRICT, A VSlater Control and Irnpro�erszent District, a body politic and corporate under the laws of the State of Texas, whose rnailing ac�dr�ss is $00 E. Narthside Dri�e, Fort Worth, Texas 76102 (herein calIed "Grantar"), for and in cansideration af thc sum of TEN AND NO/100 D�LLARS ($1�A0} and other good and valuab�e consideration ta Gxantor in hand paid by th� CITY QF FOR'Z" WORTH, TEXAS, a municipal corpara#ion of Tarrant County, Texas, whose zr.�ailing address is l40� Throc�martan, Fort Worth, Texas 761U2, At�nhnn: Resl Property Managerrtent (herein ealled "Graz�tee"j, the receipt of which is hereby acknowledged, has SARGAINED, G1�ANTED, AND CONVEXEb, arid by these �resents does B,�,RGAXN, GRANT, AND CONVEY, anta khe said Grantee a non-��cclusit+e terr►porary constructian easement (the ��Easement"� Otl, flVEr �il� �CPQSS ��le 1a11�5 that ar'e described on Exhibi�s "�1," �11L� "C'� attaehed l�ereta and ir�carparated h�reir� for aIl purposes {the "Lanc�"), said Easement heing ref�ected on the plats attached hereto as Exhibits `B" and "D" and incorparated herein for sll puiposes. T�e Cerrns and .co�enants of this �`emporary Gonstruct�on Easement Agreeznent (the "A�reement"� are as follows: I. Term of Easer�ent. T�e terrn of the Easement shall be �or a pe�iod comr�encing on the e�ective date of this Agreer�ent and ending dn the earlier of (�) Y7ee�mber 1, 2024, or (u) the date of Grantee's comgle�nn of the Project (as dafined belaw}. 2. Paroose of Easement '�'he Land shall be used by Grante� on.Iy for fihe terr�arary eonstruction associateci with Gxantee's Westcreek Cttann�l �Viaintenance Project (the "Praject"}, su6ject to the terms se� forth in this Agreernen.t. In connection the:rewith, Gran�ee is autharixed ta use the portion of the Land described an Exhibit "A" and depieted on Ex.hibit `B" for construc�ian access for chc Project only. Grantee my use Ehe portion of the Land deseribed on Exhibit "C" and depicted on Exhibit "D" for additzonal workspace and for the temporary storage or skaging of equipment, dir� or excavation spoil�, anrd/or refiase used in or resultin�g from �e Project, Grantee shall not place, canstruct, install or maintain in, on, ar Q2���456Q3 Page 2 of 10 under the �ar�d any perFnanent building, stracture, or other irngrovement. Following the executivn oi this Agree�nent, GranEoz will mark the cer�terline of Grantor's Existing �'ipeline �as defined below). Prior to using tf�e Land �or any �urpose, Grantee si►all, at �`iranCee'S sale cost and expense, install, and at al! tirnes maintain ziur'�ng khe term of this Ag�reennent, te�rnparary safety fences on either side of Grantor's Existing Pi�aline, such temparary fegcing to ha located fifteen feet (15') an either side of and pa�rallel ta t'�e centerline of such Lxistang Pipeline as rnarlced 1ay Grantor. Grantee shall nnt perfoxm any vaorlc or stage any materials within thzzty feet {3Q') wide fenced �rea. 3. A�nroval of Plans. The Land shall he used pursuant to plaas �nd speci�ications {the "Pla�s") tv be submitted to Grantor, 1Vo use Qf ox operations on the Land sh�l be commenced untiI the Plans there�or ha�e heen st�bnnztted �o and approved in writing by Grantar. Grantar, �� giving sucn approval, sha11 not assnme any responsibility or iiability with :raspect ta s�ach Plans, AlI construction aekivit�es an and Grantee's use of 1he Land must be in accordance with the terms and specifications set £oxtk� in. the approved �he Plar�s and Grantor's approval letters. Grantor, by giv'ing such approval, shall nat assu�ne any respan.si6ility or liahility v�+ith respect to such �lans. 4. Reservation of Minerals. There is reserved ta Grantar, its successors and assigns, and �ot �anvaye� herei�y, all �of the oi1, gas, sulpk�ur and ather tninexals in, on ar under the �and, but Gzar�tor waives all rights of ingress and e�ress t� the surFace of the La�nd �or the purpose o£ e�ploring, developiz�g, rnining, or drxliing therefor; it being speciiically agreed that n.o operatian relating to such m.ineral reservatian� will be condvcted on the surface of the Land. The foregaing wair+er of surface rights shaTl �ot be canstrue�l to prohibit Grantor from using tk�e sUrface of any lands oCher than the Land �or aeti�iftes related to the development or produ�tion o� the oil, gas, sulphur and otlier rninerals xn and under the Latad nor shaiX such waivez be constr��d to pre�ent Grantor irom developing or producing t1�e ail, gas, sulphur and othex minerals in and under the Land by pooling ar directional drilling under the Lan.d �rona w��l sites 1oCated on Yands other than tka� Land. l'�Totwithsta�ding the �'oregoing r�servation, Grantee shall have the right and privilege to own, use and remove froxn the L�nd all sand, gravel, du�t, xoGk and ot�er sirr�ilar materials as may be necessary in exercising the righ�s grantecl herein. 5. �'erfvrmance Qf Wor�,- Grrantee shall have t�e right to rerr�ove from the Land, and Lceep the L�nd clear o�', trees, bushes, shrubbery, brush and undergrowth. Grantee shall have the futther right, but not the ol�ligat�an, t� xemove existing fencing and ot�er imgravements and install ternporvy fencing along the perimeter of the Land. 6. Existin� Pi�elines and Avt}Urtenances. Grankor owns, aperates, and maintains one subsurface water transportation pipeiine (the "Existing Pigerine"), together with a�ove ground vaults and other su�£mGe and suL�surface appurtenances used in conneetivn th�revvith. 'The Exis�i�g Pipeline runs under the Land, and the vaults and ot�er appurtenances ac� located in, on and under Che Land or adjoining land_ �n performing the work authorized hereunder, Grantee, on behalf oi itsel�, and its contractors, s�abcontractors, emplo�ees, agents, representatives, s�ccessors and assigns, agrees �o take al1 steps necessary to protect the sbructural integrity of ihe Existing Pipeline, as well as alI va�aits and other a�purtenances. I� an�+ loss or damage shoUld occur to the Existiz�g Pipeiine, or any vaults n�r othez� _�_ Q2��a456D3 appurtenances, as a result of the construction, operation, rnaintenance or existence o� the roadway or Unc�erground utilities, then Grantee si�all repair sUch loss or da,mag� at its sole cast and expense and shall restore tl�e Existing Pi�cline, and a�l vaults and other appurtenances, to the same condition as existe.d befdre any sueh Ioss or danxage. Fnrth�z�, Crrat�tee assurnes the risk for any and all damage or destnaction thaE may occ�r ta the to an� improveme�ats constructed or p]aced an the T,and by Grante� as a result of the existanc� o� the �xisting Pipelines under the Land and Grantor's ogeration and maintenaace therea.f. Grantee shall be solely responsible for repairing any damage to or destKuctian of the impro�ements resulting from the installation, operatian and maintenance of the Existing Pipelines or frozzi any leak ar rupt�rre chereo.f. The rights grant�d in this Agreement are st�bject and suboxdinate to Grantvr's Use of th� Lanri £ar the instal,latian, aperation, �nd maintenaz�ce a£ the Existin$ Pipelines. 7, Restoration of the Land. l7n or hefore the date of ter�xainatian hez�eof, Grantee sha�l rez�nove all of Grantee's matarials, impravements, and debris fxam the Land and, ta tt�e extent reasonably practicable, z�store the su;r�ace o� the Land to the condition that existed nn the date of the grant of the Easement, inc�uding, where applica�le, re-grading the Land to match the grade approved �y Cxrantor, planting tlze Land with seasonal grasses, and remo�ving any temporary fencing. Tf any existing impravements, including ga�iug and �encing, a�re dist�arbed, damaged, or destroyed by the opera�iot�s o.f Grantee hereunder, Grantee shail replaee and restore such improv�em�nts, including paving and fencing, as is reasonably practicable to the candition th$t existed 6efore any clisttar6ance, damage, or destzuction. Notwithstand'zt�g the foregoing, Grantee shal,l not be required ta replace a�y retno�ed trees, bushes, shrubbery, brush or tandergrowth. S. Reservations and ExceDtions to Grant, '�'he Easemenx is expressly made sU�ject to (i} any and al� visible and apparent easement� and �zghts-af-way over ar acrass the Land, wkether o� record or not; (ii) any and ail existing r�stric�ions, res�rvations, co�enants, conditians, ail and �as leases, �nnineral s�verances, and other instrum�nts, other Ehan canveyances of the su�ace �ee estate, that af£ect the Land and are shawn o� record in Tarrant Caunty, Texas; �iu) all reservations, restrictiot�s, cavenants, terms and conditions contain�d herein; and (iv) any and all zoning laws, regulations, and ordinances of m,unicipal and other gavernrnental authorities reXating to the Land, but anly to the extent that they are still in force a�d effect (collectively, the "Perxr�at�ed Exceptions"}. Grantor hereby zeserves to itself, its 51�CCBS50P5 �tld 3551�I1S, the right to t�se and enjoy the surface and subsu�ac� of the Land £or any and all pur�pflses so long as sucYt use does not adversely interfere with the rights herein granted to Grantee. In addit�an ko alI other rights reserved hezein and not in limi.tation thereof, Grantar specifically reserv�s the nigh� of passage aver the Land. 9. R.�L�A�E. Grantee, on behalf of its�lf, its sUccesso�rs and assigns, heraby Celeases, relinquishes, and discharges, Gra�ntor, and Grantar's o�ficers, dire�tors, agents, ser�ants, �mployees, attameys, successors, and assigns, from and against az�y and aIl cIaims, dernands, �iabilities, suits, causes of act�an, obligations, damages, injuries, losses, penalties, costs, (inc[uding, withou� lfrt�rtat�on, attorneys' fees, court costs, con,sultant fees, exper� fees, �nd other litigatiion related expenses}, af whatsoever kind ar character, direcdy or indirectly resulting frorn, a�r3sing out oi or in cannection with, ar relating ta (i} any use or occupation a� the Land by Gtantee or any its officers, directors, agents, servants, employees, cantraetars, ar F�a�e 3 of 10 -3- D222245603 sUbcontractors; (ii} any condit3on af the Land or any cvndi�ion oi the structures, equipment, �acilities, or other irnpraveznents sit�ated on or under �e La�ad; (iii) the construct'son, installatian, reconst�uckion, reinstallation, opearation, maintenance, inspection, alt�ration, replacement, regair, relocation within the Easexnent ar rernoval of any af the Facilities; and (i�v} any dan�age to flr destructian af any of the Facilities frazx� any cause vvhatsoever, This celease extends ko and includes any and all claims for bo�.ily injury, death, sickness, disease, property da�nage or de�truction, consequential dam�ge, ar ecnnom.ic loss caused to or suffered by any peison or pro�erty, including Gran�tee, and Grantee's agenks, servants, employees, contractars, successoxs or assxgns, ax a�ny other persor� or enkity. This release sha�l suxvive termination of the Easement. 1Q. Automatic Reverter. Th� Easement, and alI righCs and privileges granted k�erein, wi11 automatically terminate if and when the Ease�rnent is no longer used for the purposes set aut herein, In tl�e e�+ent of such terrni,nation oi uss, Grantee agrees to execute and deliver to Grantar a dacurnent.an recordable £nrm releasing aIl �f Gxantec's rights hereunder, 'but t�e �ail�re tn execute and deliver such a Release shall not af�ect Grantar's ownership af the Land free and c�eair af any claims, rights, or privileges of Gxantee. li. Pro�ibitinn an Assi�nrt�ent, This Agreernent may nat be assigned by GrantBe, i�z uvhole ar in part, without the prior written consent of Grantor. Any purportad assig�ment without suc� written consen,t s�all be vaid and of �a �orce or eifect, �2. Accentance vf A�reement. By signing tftis Agreement, Grantee has agreed to ar�.d accepted tkxe terms, conditions, b�nefits, and obligations contained herein. Grantor has agrrred to grant the Easement in reliance upon �rantee's representation th�t Grante� agrees to and accepts the terms, conditions, t�enefits, and obligations contained h�rein, 13. Bindin� Effect. '�e ternns and pro�visions of t�is Agreezx�ent shall inure to the bene�t o£ at�d be binding upon Grantor and Grantee and their respective successors and assigns and shall be co�enants run�ing witkt the land. 14. Entire A�reennent. This Agreeznen:t can,tains all of the agreements between ti�e parties respec�.ing the subject mattar hereoi, anc3 no pxior represenkations or statennents, verbal or written, have been xnade m�difying, adding to, or c�anging ihe terms of tt�is instru�ent. 15. Annendments. No anaen.dzxzents, zxaodiiications, or revisions of this Agreement shall be effeckive unless znade in writing, dated subsec�uent to t�te date hereoi, and si�ed by the pat�ies i�aretn, Qr their res�ective successors or assigns. T� HAVE AND TO HOLD the Easement, together with all and singular t.�re rights and appurtenances thereto in anywise belon,ging, �nto the Grantee, and its succ�ssors and assigns, for ihe geriad af time stated herein. Al] warxan�ies that might arise by common law, as wall as the warranties in section 5.023 oi the Texas Prnperty Code (or its successor), are hexeby excluded. EXECUTED on the respective dates of acknowledgement set forth below, ef%ctive as of the last date of acknowjedgetnent. Page 4 of 10 � D����45603 STATE �P TEXAS § § COUNTY OF TARRANT § GYtA1�iTQR. TA�ANT REGXONAL WATBR DISTRICT, a Water Control and Impro�vement District By: R. �teve Chxistian Real �rtoperty Director xhe foregoing instrument was acknowledged beiore me on this �`�' day oi �,�� , 2D22, hy R. Steve Christlan, R.eal Property Dire�tor of Tarrant Re�ional Water Districk, a Water Contml and Improvement District, on hehali of said Discrict. r . . .� -.; _ . �� .,-. ��,; �����rrrr,. FiICNAFiQ B, CARRDL� x�������Notery F'ubila, State oiTescas � ~+`�!';�;;�`�~ C� �Eatery tp AQ 6�B470a� � - � ��„�, �:� � - - �� . �fi������ NoCa1y Public, State of Texas -3- Page � nf 10 D�22�4�603 GRAIliTEE: CITY OF F�R�' WORTH, T AS B � . �Nvl - — N e: � APPR�'t�ED AS TO FORNx AND LEGALtTY Sy, /�cM"/�/� Name. �a�� b4.�+av TitIe, Assistant City Attorney Date. °l�� �a��. ST.ATE OF TEXAS § § CO'[7NTY OF TARRANT § +� The foregaing ins�rumenC was acknowIedged befare e�n this �_ day af 2ozz, �y ,�r�� Lr.�S _, c o� r�e c�cy of art Worth, Texas, a municipal cnrpnratian, on 1�ehaIf of said CiCy Y P� �YV01 �'1� 60��d �'[� ����, Pto��r �ubl�te ofTexa� . NoC$ry Public, SCate o�I'exa * � %�tr� c�p�r �''�pf��+� romn�� � AUG o� 2u2� - -- �-�--�-�- , Page 6 of 10 p:l'I'RtYk34Cl'1'1`I7Vlllcqhrapk 1'ipelin4+lTcmpprary [:onctmclon Laxmcntaluc b222245603 Page � of 10 � . �� . � .� ��� �� � _ �.XHIHIT "Av' CONTRACTdIi ACCES$ EABE�+IE�T J,ii�i.B. SI�ITH SURVEY, AB5TRACT PiUMBER l4t� LOT SR�, H�.4CK �, WUODMflNT ADDXTIfliri, C�'�'Y OF �URT i�OR'I'H, TARRANT CpUNTY, TEXAS �EING a q.��42 ac�e tract of iand idcated in the 1,M.B. Sr[ilth 5urvey, Abstract Number a�412, Chy af �ort Worth, Tarrant Caunty, Texas, said 4.OQ42 acre tract being a portian nf LO7 �1t2, BLOCIC 2, WOtlDEilI0�4Y An�lY1b1V, beEng an Addition ta t6e Gity of Fort Wor#h, iarrant County, 7eacas, acc4rding ta the p[at Ehereaf filed for record in Vvlume 386-i02, Fage 1, Plat Records, 'ia�rant Caunty, Texas, said 0.0042 acre tract a�sa hein� a partlpn of a certain tract nf land conveyed to TARR�INi COU�TY WAiGH CDf11�'a01 & IMPROVEM��f� DISTRICT {�URII��R UPI�, by deed kh�reof filed for record {n instrument Number D1�76134�3, afficFai Ru61fc Records, 7e�rrant Gaunty, Texas, sald 0.0042 acre trect being mare particularly d�scribed by the metes and bo�nds as fallows: �OMMEkYCIf�G at the most easterEy southeast fot corner of said Lot 5R2, sarrte 6efng the sauthw�st lat corner of Lo# 5Ri nF said Block 2, said commencing pofnt �eir►g ori the narth right-aF way line of Altamesa �oulevard (heing a variable width pu6lic � rlght-of-utay); �FOEIVC� ainng the south 1nt line af sald Lot 51t2 and along the said north light-of-way Ifne the foiiowing courses and distances: North 83°59`17" West, 40.52 feet; North 69'57'37" West, 53.fi2 feet to the pDiNY O� ��Gii�f�I�iG of the herein described tract af land, said beginnir�g polnt having a NAp63 Texas North C.�ntr'al Zone t4Z02J grid conrdinate af N: fi,921,i93.24 and E: 2,318,224.34; '�b�NCE Nvrth 69°57'37" West+ continuing along the s�id lot iinE and aiong the sald right-af-way line,1�,35 feet to a�Zaintfrom whlch the southwest 1ot cnrner af sald �ot 5R2 bears N�rth 69'57'37" West, 31.02 feet; iHENC� departing tt►e said iot Ilne and #he said rlght-of-way line, over and across safd Lat 5�t2 the following courses and cilstances: North 48"�42'32" �ast,10.2U feet; 5outh 5y°57'37" East,1�,36 ieet; Sauth 0�'45'15° West, la.2o feec to the PoiNr o� ���IN��J��, The hece�n a�ave described tract �f land cont8lns a comp�ted area of 0.004� a�res ti��# s�uare feei� of la�nd, mare arless. The bearings and coardinates reclte� herelna6ove arE based nn t�e State Plane Caordinate Systerri, Texas North Central Zone A20Z, North American Daturn of 19�3, adj�stment reallzation 2011. Are� and distances recfted herelna�nve are surface. I�ric S. 5pooner, � Registered Professlanal Land Sunreyar in tt►e 5tate of Texas, do 6ereby state t�tat the foregaing descriptian acc�rately s�ts a�it the metes and bounds descriptlon of tfse easetnent tract descri6ed harein. �,�A �-• _oa-�6-xa 0 F �, �-,� • `,�P -tir,� S r�RRo -F,y ^. g . � .� N ', ��tIC S. 5PDONER ► '•� 5922 � � Erlc 5. �poaner, RP�S Spoaner &Assoclates, Irtc. Texas Reg)stration No. 59Z2 7gPL5 Firm hio.1045A9D0 Exhibit "A" w Cantractor Aecess �asement M't'arrani County Water Canttal8c I�nprovement Dis#riet � I'age t of 4 8ptwner dc Asaaciales, lnc., 3D9 Bycrs 51t�te�, Suite l00, Eulas, T�xe� 76a39 - PFI. 817-685•5448 - aspcwne�punnetsurvcyats.com - SdcA 21892 ■ � ■� � ��u ■■ n ■� � �� wi i ■ni ■ � i i n ■ � � ■ � � �i �� ��■ D2���456D3 Page 8 af 10 �+����� ft�l1 S�E AIiACHEd M��'E8 $� BOU�VD3 Q�SCRIPTI�N �N PA(�E 1 IiER�IN NOT�: S€ARINGS APEq GaaAqlhlATEB AH� REFERENCER'FQ THE T�XAS BTAfie PI.ANE CpORpiNA7E 3Y87'EM, TEXA3 NORTN CENTRAL ZONE �242, AdJU97M�NT R�ALI7.Ai'I4H 2U11, D19TANC�3 AND I4RFA39HbWN AR� SURFACE. �,�,�i. ���1T�a ���i9�� ������ �. ���� a� 2a� 4n� � � �` � — �� �� �� - .r � GRAf��iEC SCAL� �N FE�� f f i 9" s 4U' J � c,�,�Eo: �,s� sQ. �'. cl'rY of ���wo�r+� va.. 7��s, ��. zsz, (7,R,T.C.�. ' _ - - •-�.�„r - � �OT 5�R2, BLOC{{ 2 � �or s��, B►�oc�c x woa�n�a�� A��Rtsn� � aVCl�1]11Y��P�T �1��11'[�A1 � VOL. 388-20x, PCi.1 ���i � VQ4 388 202 �G 1 1 �.�.T,c.Y, CON7RAC�QR STAGING / AR�4 EA3EMENT�� (BY SEPARATE (N3TRUM�'�Vi'j I � l Qq�°4� �� P.R,T.C.T. � / f / OWIV�R � / i�11i�A�i C[�li�l�Y W�17'E� I f con�r�r�, �� i���t�v����� I / 9l�TiZIC'i FELl�!l�E.R �$1� � LW� TABL� / 1MS. NCi. I�'l87613483� { �D. DIR�CTIQN DIST. / O.I�.Fi.T.G.T. ! _ R %� l.1 WP13'6S'17"W 40.52` � �ca��l�° .,�.. ,� �o��r�CT�R � � � ����s� �������� � � �.z f �ss��r�i°w �s.sz� � 0.004� �+C�ES (1�a s.�.) j a c.� �s�b�r��7^w ��.��� l,� �� 1 L4 N89°57"37'"W 31,42' �; L� � � L5 Na8°42'32°� 7Q.�0' [� - • � 1 �F- �.7� � � 69 SB9°67'37"� 18.38' t3 i � -- � , ` � .`_ �. � � L7 SOS°4S'15"UV 10.28' ���I�i �� t? c 9 ���i���w� , _ _ --- - - - � N: s,s2�.+�a.a� �.o.w:� . _ _ , .. _ E: 2.s18,224.7a ��iFIY �I� � - _ _ _ _ �NAD@3 - t3RIDj C�19IIf�fl�WClh1t°a � f�� �'f���►� .�� ��. {'VARIABLE WI�SH PUBLIC RIG1iT-bF-WAY) � __ _ � O6- �XHlH�T "N" � ��, caN�rla�acmR �ScC�ss �A5�M�PtT � _ �- � � � �� �'F� �.M.B. S�YIT�1 SU�V��'', A�.S'hy3ACT PlllN9B�Et i�12 � h�r�° Fa , iDl' 31�3, Bii)C'� 2, WOODi�IQNT MDiTIOPI, ,�,��,,.���,,,�,�, � � CI"CllOFC�U�tTWOR9'I�,TARRAPITCOUk�i'L'X,T�?iAS . ,' �•;,;,�:l..r.rs��.t�.,�r,�:�:�s�rr�a�i � ERIG3.SPQ0IV�F �dLi�+�1letY:l�1�6�c� uL�t x,���46ulnop, — 3U9 BYLR3 STFlE�T� 54JI'fE 90U� EUI.�S5, TEK►4S 76039 Yq1.UM� 38g�202: PAq� 4, P.�l.�'.0 Y. (817} 6b5.8�4� WNlW.SPOClN�Fi81JRV�YOEtS.CAM $}pg��[}tiCCESS R[tAFT�d72-06-13�OW� 78PL5 Fllifi+! NO.1U054AQ0 u�ar �.'�usr � �aa��ar�-� s:s:. .� �xHl�li "�" � T.C,W.C. � I.D. � PA�� 2 OF 4- ; � � D222245603 i Page 9 of 10 � � � � .�. � � � �j Xr11il�� Sf�7f CO�TRACTOR STAGIPdG AREA �ASEIi�RE1RdT �'.M.B. S1Vil'TH SUR�EY, ABS'I'RACT PiUMB��t ��7,2 LOT 5R2, BLOCK 2, Wp�DNYONT ADDITXOAI, CITY QF FURT WORTH, TARRAIVT COU1�fTY, TEXAS B�#NG a 0,4540 aCre tract of la�1d lacated in the J,M.B. Smith Survey, Abstract iVumber 1412, Clty of Fort Worth, iarrant County, Y�xas, said 4,4540 acre tract being a partian of LO'� 5R2, �LB�ft 2, WflODM�Ni �►DUI7'1�N, being an Additlon to the City of F'drt Warth, Tarrant Counky, Texas, accnrding ta the plat tftereof fifed for recard in Valume 38$-ZOz, Page 1, Plat Etecords, Tarrant County, Texas, said R.454U acre tract alsn bang a p4rtion of a ce�ta�t� tract of land canveyed to TAR�ANT CO�IIdTY WRTE,R ca�r�o� � i���ave��n�� aisrRstt €�u��e� oN�, by deed thereof fiied For record in instrument Number D1876�.34��, Official PubliG itecorc�s, 7arrant County, 7exas, said {�.4S4fl acre tract bsing more particulariy descrihed by the metes and haunds as fallaws: ('AMMENGNG at the most easterly southeast lot �arner oF said l.ot 5RZ, same being the southwest lot corrier of l.ot 5R1 of said Bio�k 2, said Gamrnencing paint b�ing on the north right-of-way lir�e o� Altamesa Boulevard (being a �aria6le width publ�c right-of-wayj; iHENC� departing the sald lat camers �nd the sald right-af-way 13ne, over and acrass said Lot 5R2 the following courses and dlstances: Nbrth 39'il'S�" West+ 14,19 feet ta the P�1NT OF �EG�NNING af the herein descrlbed tracc o# land, said beglnning po�nt heving a NAD83 iexas North Gentrai Zone (42Q2� grid coordinate af N: 6,921,1�1,5Z and E; Z,�16,3�6,43; North 83°59"i7" West, 29.�2 feet; North 69'57'37" West, 95,19 feet; Narth [S3°�9'43" West, 37..91 feet; Narth 27'46'01„ East,lZq.aB feet to the beg�nning oi a non-tangent curve ta the right having a radius of 55.00 feet; Along the said �urve to the right, an arc le�gth af 70,�0 feet and across a chord which b�ars North b4'I5'�5" �ast, a chard length of 66.01 feet; Sauth 78°31'Z7" �ast, Z3,7.Q €eet to a point from whlch the northeast lat corner of said Lot 5R� bears Nortfi 53°3z'43" East, 13.q7 feet; South OS°35'33" West, Z02.7Z feet tn the POINT O� �EC�1NN?NG, Tt�e hereln above des�ribed tract af land contains a camputed area of 0.454U acres �19,776 square feet) of land, mor'� or less The bearEngs and coordlnates recited hereinabove are based on the 5tate Plane Caordinate System, 7'exas North Central �one 4202, fVorth Arnerican batum of 1983, adjustment realiaatian 2011, Area and dfstances recited hereinabove are surface. I Erlc 5, 5pauner, a Reg�ster�d Prafessfona� Land Surveyor In the 5tate oi 7�xas, do hereby state #I�at the foregaing destriptian accurately sets out the metes and hounds destriptlon of the easement tract descrlbed herein. _ Eric 5, 5paor►er, Rpl5 5pooner & Rssociates, Inc, Texas Registratipn No. 59i2 76PL5 Firm No.1D054900 �s����06.fE-22 I�� � j 0.��,� i'�',� '' � Q'� � Fd Y�i, N �R7C 5. SPOONER � � �! 5922 � � � Exhibit "C" � Contractar Stagit�g aree �asement Tarrant County W�tcr Contral &�mpravement District ��'a.ge 3 nf 4 Spooner & pssociates, Ena., 7D9 �yers Slreet, Suite I UD, 6uless, Texati 7fiA3A -PH. B 17-d$5•84�8 -espoonarQspooncrsurveyan.som - 5&A 21492 � �� � � � � � • � D����45603 Page 9ii of 10 �.11���i��� ���1t ��HETEXASB ATEPU4tJ�CO� OhIR�TESYsT�M, �XAS� $EE A7TACHED ME7�S $ EiC}UldDS NORTH C�NTRpL �ONe 4�02, RlRJUeTMENT R�qL1ZqY{ON DESCRiF'tiQN DN PACE 3 H�REIN 7011, D}9TAIVG�9 ANti AREAs &NC1WN ARE SURFqGE. CURV� iA6L� �.�D•�• �IA@8'�� ��� ��� ARC CHoRp cHaRD 10.0� ���'��4 ��� �l0. fiA�IUS ��tVG�H I]fR�CTIDN L�NGiH Ci 55.UQ' _ 70.80' _ �V�4°15'26"E 88.01' �, � �•.,� 6 .•� ,� �I�IE TAB[.� 1�0. ptFt�CTIUtV [1157'. �.1 Na�°t1'52��w �4.ts� �Z �188°�9'S7"W 2�.22` �3 ��03°19'43`�N 3'1.81' �4 578°31'27'�� 23.74' !.5 � N53°82'03"E 18,+f7' cn���n: 7e,e� sa. �r. cmr a� �oRr wo�ry VoL 7219 P"G 282, ���a � i � ��� �f�G� ��V�i� 2 � 149���D��P+6i �,��1T1� �r � ' V4L. 98�-2U2, NG. �`�'� �� P.R.T.C.i. $'`�� l�,�' / r DWN�R ,/��e '�/��t��Y C�Ut�`�Y F�;�,�R /,�`� G�PIY�,�L � fpfl�R41��M��E'� I� DISiR�CT WU14A�3� �Fd� /� in�s. rvo. a�s�s�s�e3, i �° o.�.�.�'.�.r. O,R,7 C.T. ' I ( ������� „�„ � ���a�°��Tv� � ��°i�C�1N� A��A �A���lENY �� 0.454QACR�S (9�,778 S.F.� � �° _ ��� ��f�r"� `���� ��' CONTRAG'�OR �,� ACCG�SS �ASEMEN (9Y SEPAFL4T� 1�f5TRUM�NT] �� Q yr �' �� � .o, ` -� a� zn� aa� �w4�aNc scA�.� rra ���' �n � ao� �AiliQl� K�� CONT�ALTOR S7'AGI[�G AR�A 1�AS�MENT J,M.B, SiHITH 6IIRVEY, AB5T1tAC'i'I�iiMB�:R �41Z �.[l�' �R2, �LOC�L Z, WOOD149fJNT AbDITlOM, CI'iY OF RUIIT WOkTH,'CAR�3A[�T CO�!liVTX� T�XAB �[apr�+r: �.i91 aex, et,�x. wo�ts—Ri �arun�, ' VOUtlilE 39&�20Z: Pfd3� 1; PAT.C.T. Z109Z P! 6iAflIH[i OAi4Ff',,,�,U7�-06-i3,pHfci f��l{�`� _ r �-�� r � Mf� � r � � � � �+ � �r � ' r �' � Q M � � �� � + i�-�o.o 1 � � 1,07 5R1, 6LQCK 2 H►Og➢MONi' A�DIifOt� VOL. 389-��2, Pt3.1 P.R.T.C.r. � � N:8,s27,i$9.82 r �; 2�Si��3DB.d3 � (tVl�1�83 � f3R1�) � ��tR�T � + ��c�lr��a��� .. � �._ �--�9 �L�'A1VI.ES.� BLYD. {�/q�i{p,g�E WID7Fi PUBLIC RI4}fTAF-WAYj ���i 1 � � �i : � ���� �r+�o�.�zas,te�� I � .. � � �ir�: . �s�ee.�.Mdz.y :a�tGl'� � 34� BYERS S7R��T, SUITE i00, EULESS. TE7fAB 78D39 (�1Tj885-8448 WWW.SPC70H�RSURVEYOFt8.�M T6Pi$ FfRfr4 NLY. 1�ii49QD . � •�� QQ"!�"��/ �T � �4� t S T,E�p� �'f R �' ° �cn EFtIC S. SYQQN�R �5922 �����f �XWI�IT ���r� � T.C.W.C. & I.�, �- PAC3� 4 Q� �4" s�tN�r q�, . �� � ` ' ��� a+ : ",. �� �' 1 � � r� --...� .�., � 4 �.�III�� '�� �,„�. •{ Y-. r4� � , ��. �'rxlr, �N � D�PARTNY�N� O� iH� ARNiY U.S. ARMY CpRPS OF ENGINEERS, FpRT WQRTH pf5TRiCT P. o. aax �rsaa FQRT WORTH, TEXAS 78102-0300 June � 7, 2022 Regulatory Division SUBJECT: Project Number SW�-2021-00381, Westcreek pri�e Channel Projecf Mr. Fred Ehler City of Fort Worth 2Q0 T�xas Street Fort Worth, Texas 769 02 F red . Eh le rCa�fo r�wo rthtexas. a o � Dear Mr. �hler: This letter is in regard to informafiion received March 31, 2022, and subsequent [nformation received May 19, 2D22, concerning a praposal by the City of Fori Worth to repair exist�ng concrete armoring and perform additional erosion control measures for existing stream channel along WestcreeEc Drive located in the City of Fort Worth, Tarrant County, Texas. This �raject has been assigned Project Number SWF'-2D21-00381. Please include this number in all future carrespondence concerning this project. Under 5ectia� 404 of the Clean Water Act, the U.S. Army Carps of Engineers (USACE) regulates the discharge of dredged and filf material into waters of the Unifed States, including weflands. USACE responsibility under Section 1� of the Rivers and Harbars Act of 1899 is to regulate any work in, ar affecting, na�igable wafiers of the United States. Based on the description �f the proposed worfc, and other information a�ailable to us, we have determined this project will in�olve acti�ities subject to the requiremenfs of Section 40�4. We have reviewed this praject under the pre-constructian notificatio� procedures of Nationwide Permit G�n�raf Condition 32 {Federal Register, Vol. 86, Na. 245, Monday, December 27, 2021 }. We ha�e determined the discharge of dredged or fill materials into waters of fhe United 5tafes associated with this project appears to qua[ify for Nationwide Permit 3 for Maintenance. To use this permit, the person responsibleforthe project mus# ensure the work is in compliance with tha specifications and conditions for the permit listed above, found at F�ttqs:llwww.swf.usace. armv.millMissianslReaulatorvlPermittina/Nat�onwide-G�n�ral�Permitsl, Addifionally, alf activiti�s must comply with the water quality certification conditions of the Texas Corrimission on Environme�tal Quality {TCEQ) located at https:llv�rww.swf.usace. armv. millPortals1471docslreau[atorvlPermi#tinqlGeneral%2dPermittir�alTX _401 cert.�df?�er=rle8wttu8MRCA2�Q4QQMa%3d%3d. F'ailure ta comply uvith these specifications and conditions in�alidatesihe autharizatian and may res�It in a violatinn. Our verificatian forthe construction of this activity under this nationwide permit is �alid unti] March '[ 4, 2026, unless prior to that cfate the natianwide permit is suspended, re�oked, or modified such that the acti�ity would no longer comply with ihe terms and conditions of the -2- nationwide permit on a regional or natianal basis. 7he USACE will issue a public nntice announcing the changes when they occur. �urthermare, acti�ities that have commenc�c{, or are under contractto commence, in reliance on a nationwide permitwill �emain authorized provided the activity is complet�d within 12 mor�ths of the date ofi the nationwide permit's expiration, modifjcation, or revocation, unless discretianary authonty has been exercised on a case-by- case basis to modify, sus�end, or re�oke the aufhorization in accordance with 33 CFR 33D.4(e) and 33 CFR 33Q,5(c) or (d). Continued confirmation that an acti�ity complies with the specificatians and conditions, and any changes to the nationwide permit, is the responsibility of the permittee. �ur review of this projeet also addressed its effeds on threatened and endang�red species. Based on the inforrr�ation provid�d, we ha�e datermined this proj�ct will naf affecf any species 13sted as threatened or endangered by the U.S. Fish and Wildlife Service within our p�rmit ar�a. However, please note you are responsible for meeting the requirements of General Canditia� 18 an endangered species. The permit�ee must sign and submit to us the enclosed certification fhat the rrvork, incl�ding any proposed mitigation, was eompleted in compliance with the nationwide permit. The permittee should submif the certification v�iti�in 30 days of the completion of work. This permit shauld nat be considered as an approval of the design features of any acti�ity autharized ar an implicafion that such constructian is considered adequate for fhe purpos� intended. [f does not authorize any damage to private property, invasion of praperty rights, or any infrmgement of federa[, state, or iocal [aws or regulations. Thank you for your interest in our r�ation's wa�er resources. If you have any questions concerning purregufatory program, pl�ase referto ourwebsite at httq:llwww.swf.usace.armv. millMissionslReaukatory or coniact Mr. Frederick J. Land at the address abava, by telephone (817) 88�1729, or by email fred.i.landCa�usace.armv.mil; and refer to your assigned project number'. P��ase help the regulatory program irrtpro�e its ser�ice by cor�pleting the survey o� the following website: httt�sJlreaulatorv.ops.usace.armv.miflcustorrz�r-senrice-sunr�vl. Sincerely, Brandon W. Mabl�y Chief, Regulatory Di�isian Encbsure Copy Furnished: pEl�ii�IT' C4MPLIANC� C�RTI�ICATION U.S. Army Corps of Engineers Pro�ect Number: 5WF�2�21-00381 7ype of Nationwide; NWP 3 Name of Permi�tee: Ci�y of Fort Worth 200 Texas Street Fort Worth, Texas, 769 02 Date of Issuance: June � 7, 2022 Upon compfetion �f the acti�ity authorized by this psrmit and any mitigation required by the permit, sign this certification and return it to the faflowing email address: CESWF-ComplianceC�a.usace, armv. mil Please note that your permitfed acti�ity is subjecf to a compfiance inspection by a U.S. Army Corps of Engineers repres�ntati�e. If you fail to comply with this perrr�it yau are su�ject to permit suspension, madificafion, or re�ocation. I hereby certify that the work author'rzeci by the ahove re€erenced �ermit was completed in accordancewith theterms and conditions of the s�id permit, and required mitigafion was completed in accordance wi�i� the permit conditions. Signature of Permittee Daie GC��.�� �ondi�c�i�in�ti�n �'�[][S �PA�]E L]E�'7� lC�TE.I�T�[�JI�TA]L]L� ��AI�TY� CITY OP TORT WpRTH WESTCR�EK CHt1NNEL MAIAITENANCE STANDARD CONSTIZUCTION SPECIFECA'C[QN I]QCUMEIVTS CITY PI�OIECT NO. IQ3060 Ravised .Tuly I, 2Q1 l f`lprojects103 1 8105 7-U 119 Designl9-4 Projecl Manual_5pecifications1100%lAppendixlAppendix.doc �l���fl 60 00 P�od�c� l�equixe�en�s �'�][S PA�� �L�E��' �[l�T'�']El�T���l�ALI�� ]��A.�I� CI']'Y OI' PORT W4ATH WESTCREEK CHANNEL FvIA1NTENANC� STANDARD CONS'CR11CT[ON SPECIPICATfON DOCUMENTS C1TY PR0IECT NO, 10306D Ravised July l, 20l 1 F:Iprojectsl�3 ] 810G7-6119 Desig�il9-4 Aroject Manual_5pecifications1100%IAppcndixlAppendix,doc crrY �r ���� wo�� �i(��'�' ���'�'�� TRANSP�ItTA7[`��N & P�TBL�C W()RKS T�IE�ARTM[�NT STO�i�A'�lElt NTIANAGEIVI�N� D�ISION STANI�AR� PTZ�I��IC�' 1LIS� ioroerao 20/08l2fl ioroarzo 10!(SS/3fl iaioar_o 10/08/20 I0108I39 ] �ro8120 101p813p 10/08/20 3l1912Q21 3119l2021 3ll9fli?il 3l192021 3l1912Q2] 3!]9l2021 3l19l2621 3/] 972621 3I19I2021 �r�9rzflzi 3/t912021 31I4/2421 3/I9l2021 3/i912022 3/19/2021 31L91202I 3/19/2021 31I9/202i 3119/202] 3/I912021 SIL912021 �S�t9rrn Scwtr - �ulet 3c Strockures �3-Oa-]3 �Ttev.lUll�l�3�s 33 49 20 33 49 2f1 33 49 i0 33 49 20 33 3� zo 33 39 2p 33 39 ?0 33 39 20 33 39 2D 33 39 20 33 49 2A 33 49 2Q 33 49 20 33 39 20 33 39 ZO 33 39 20 33 39 20 33 39 20 33 39 20 33 39 20 33 39 20 33 39 26 33 39 20 33 39 20 33 39 20 33 39 20 33 39 20 33 34 26 33 44 26 33 49 20 33 49 20 Cur6 InIet� Cvr6 Inleis Cnrh InIeas Cvr6 ]nleis Munhoie Manhole Manhole Manhale Mnnhaie Manhole Chrb Inlets Cuxb Inlets Cua6 Inlets Mankto-le Manktole Manh0le I�anhole Manhole ManhoLe Manhole Nfanhole Manhple Manhoie Manhole Manholc Manhole M�nholc M�nhole Drop lnlet Drop Inlei Drap Inlel Forterrra Forterr� Fortem�a For[errra Forlerma Portem�a Fort�rrra Portem-a For[errra Fortercra Thomps0n Pipe Gcnup Thompson Pipe Group Thompson Pipe Group Thompson Pipe Gtaup I'hompson Pipe Group Thampson Pipe Graup Thompson Pipe f,roup Tftompson Pipe Crroup Thompson Pipe Gzaup Thompson Pipa Group Thompson Pipe Groug Thampson Pipe firoup ThompsonPipe .r'iroup Thampson Pipe Group Thompson Pipc C�roup Thompsoa Pipe f,taup 7'3iompson Pipc Grpup i'hompaon Pipe Group Thampson Fipe Cxroup Thompson Pipe Gmup ThOmpson Pipe C:toup Fi2T-1 Ox3-0OS-PRECA51'*' FRT-1(h3-0OCrPRECAST�'' FRT-1 fl z4.5-0�7-PRECAST•" FRT- l Ox4.5�3�-PRECASTX"� FRT�X4-099-PRECA5T=i'OP k7tT-4xd-409-PR�CAST-8 AS� FRT-S X5�10-PRF..CAST-TpP FIiT-SXS� 10-P�CAST-BAS� FRTfiX6411-PRF.CAST-TpP FRT-6X6�1 L-PRECAST-BASE TPG-1 OX3-405-PRECAST IIdLET*� TPG-1SX3�OS-PRECAST W1,ET+s TPG-30X3-405-PRECrtST IIJ3.E1'*� TPG-4}f4��9-FRECpST TOP IPG�X4-0fl9-PRECA51' BASE TPG-47C4�412-PRECAST' 4-FT RISER '�'PG-57:5�1D-PR£CAST TOP TPCr-SXS-4i 0-PRBCAST 9ASE TPG5JC5�412-PRECAST 5-FT RISER 7YG-6X6-41 S-PRECAST TOP zPc.sxr� i �-�c,asr eas� TPG-6X6-412-PRECAST 6-FT RISER TPG-7K7d11-PI2ECAST TDP TPG7X7-41 F-PRPCFlST BASE TTG-7X7-432-I'12ECAST 4FT RiSBR 7PG•BXS-41 I-PRECAST TOP 7"PG-8X8-�+I 1-PRECAST BASH TPG8X8-4I2-PR5C.45T 5-FC RISER TPG��G414Q&-YRECAST 1Nr _�' TPG-SX5�08-PRECA5T SNLcT TPG-SX6�08-PRECP STILVLeT ASTM C4 ] 3 ASTM C413 ASTM C9! 3 ASTM C9I3 ASTM C913 AS'['kN C913 ASTM C913 A.STNI C913 .aSTM C9 �3 ASTM C913 P.STM 6I5 AS'I'Nz b 1S ASTM 415 ASTM 6 i5 ASTM b l5 HSi'M 615 ASTM 6I5 ASTM 515 AS'i`M b15 AS'i"M S l5 A.STM b LS ASTM 615 ASTM G l5 ASTM b15 A3TM b 15 AS1'M 615 ASTM 5I S ASTM 615 ASTM 61 S A3TM fi15 ASTM fi15 '�'Note: Prwcast inlets are appoved far the stage I portiort o£the aFrucim�e (hasin} oo1y. Stage II portion af ihe strocture are reqnired to required to be cast in-place, Np exceptiara tp this reqeurement sBa➢ be allowed. uPaar�a: io�is�zY 10' X 3' 14' X 3' I 0' X 4.5' IO'X4S 4' X 4' 4' X 4' S' X 5' 5' �C 5' 6' X 6' b' X 6' I O' X 3' 15' x 3' 2Q' x 3' 4' X 4' 4' X 4' 4'X4' S' X S' 5' X 5' 5' X 5' 6' K 6' 6' X 6' 6' X 6' 7'X7' 7' X 7' 7' X 7' 6' X 6' B' X S' B' X S' 4'X4' sxs b' X fi' � * From Origtnal5tandard Producrs List