Loading...
HomeMy WebLinkAbout064023-PM1 - Construction-Related - Contract - Metro Golf Cars, Inc. and Jackson Construction, LTDPROJECT MANUAL FOR THE CONSTRUCTION OF WATER IMPROVEMENTS TO SERVE Metro Golf Cars Service Building IPRC Record No. IPRC 25-0082 City Project No. 106294 FID No. 30114-0200431-106294-E07685 File No. N/A X-28605 Mattie Parker Jesus “Jay” Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department [Remove if not a T/PW Department Project] [Insert additional Directors, if needed] [Insert additional Departments, if needed] Prepared for The City of Fort Worth [Insert Funding Department ] 2025 Charles Crook Consulting, Inc. [Affix Professional Engineer’s Seal and Signature ] October 2025 10/01/2025 CSC No. 64023-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.106294 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS [Text in Blue is for information or guidance. Remove all blue text in the project final document.] Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders (Only if publicly advertised; otherwise can omit) 03/20/2020 00 21 13 Instructions to Bidders (Only if publicly advertised; otherwise can omit ) 03/20/2020 00 41 00 Bid Form (Only if publicly advertised; otherwise can omit ) 04/02/2014 00 42 43 Proposal Form Unit Price (Use DAP Version) 05/22/2019 00 43 13 Bid Bond (Optional) 04/02/2014 00 45 11 Bidders Prequalification’s (Optional) 04/02/2014 00 45 12 Prequalification Statement (Use DAP Version) 09/01/2015 00 45 13 Bidder Prequalification Application (Optional) 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law (Required) 04/02/2014 00 45 40 Minority Business Enterprise Goal (If required by City) 08/21/2018 00 52 43 Agreement (As provided by Developer or City’s DAP Version) 06/16/2016 00 61 25 Certificate of Insurance (Use actual Accord Form) 07/01/2011 00 62 13 Performance Bond (Use DAP Version) 01/31/2012 00 62 14 Payment Bond (Use DAP Version) 01/31/2012 00 62 19 Maintenance Bond (Use DAP Version) 01/31/2012 00 72 00 General Conditions (Optional) 11/15/2017 00 73 00 Supplementary Conditions (Optional) 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects (Required) 01/10/2013 [Include appropriate Sections below. Strike-thru if not used.] Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures (Required) 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings (Required as applicable) 07/01/2011 01 32 33 Preconstruction Video (Required) 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization (Required as applicable) 04/07/2014 01 71 23 Construction Staking (Required as applicable) 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 02 - Existing Conditions Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.106294 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.106294 Revised March 20, 2020 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings - Cast Iron 33 05 13.10 Frame, Cover and Grade Rings - Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 11 15 Pre-Stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.106294 Revised March 20, 2020 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.106294 Revised March 20, 2020 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ [Only list the Standard Specifications the Engineer has determined are appropriate for this specific project and strike through the Specifications not applicable to the project.] Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.106294 Revised March 20, 2020 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.106294 Revised March 20, 2020 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.106294 Revised March 20, 2020 [Appendix to be included for all projects] 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 Appendix [Include appropriate Sections below. Delete Sections not used.] GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates (If required by City) GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements (Required for all Water and Sewer projects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etro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DAP City Project No. 106294 Revised June 7, 2024 SECTION 00 45 12 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 ' SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a C�ty procurement is required to complete the information below by identifying the prequalified contractors and/pr subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Cop►tractor/Subcontractor Company Name Installation of Jackson Construction, LTD, Sll2 Sun Valley Fire Hydrant Drive, Fort Worth, Texas 76119 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. Prequalification Expiration Date 4/30/2026 BIDDER: Jackson Construction, LTD Company 5112 Sun Valley Drive Address : Signature Troy L. Jack�on (Please Print) � � /%�i�� _ � Presid Fort Worth, Texas, 76119 City/State/Zip Title: (Please Print) Date: END OF SECTION CIT'1' OF FORT WORTH Metro GalfCars Service Building STANDARD CONSTRUCTION SPECIFICAT'ION DOCUMENTS - DAP City Project No. 106294 Revised September 30, 2021 0o as z6 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 1O6�9�t. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Jackson Construction, LTD Company 5112 Sun Va11ev Drive Address Fort Worth. Texas. 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: Troy L. Jackson /Please Print) Signature: � ll�Y'I Title: P�id@i1� (Please Print) � � BEFORE ME, the unders' ed authority, on this day personally appeared Trov L. Jac c�son , known to me to be the person whose name is subscribed to the foregoing instru�t����wledged to me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LTNDER MY HAND AND SEAL OF OFFICE this � day of . 20� S , '`'+ McCotlum �,\ / // Nicol� �r�s �� (J l/ (i � �'y,.� MY �� p�3012026X� ' - �* �Iptary ID129952648 ot Public in and for the State of Texas v END OF SECTION CITI' OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DAP City Project No. 106294 Revised July 1, 2011 Metro Golf Cars, Inc. f}U 5'� d3 • 2 Ueveloper Awarded ��rnjecl Agrecn�ent Pagc 2 nf 4 Artiele 4. CON7'HACT PRICE �eveioper agrees to pay Conteactor for perfnrmance of the Wari: in accordance with the Cnntract 17oCuments an arnaunt in current funds of Thirty-faur thousand nine hundred lhirtv-two L]allars . _ —. ($ _34.932.OD }, Artirle 5. CDNTRACT I]QCUMENTS S.l C�NT�N`l'S: A. The C�ntra�t ❑ocuments which cnmprise the cntire a�reement between Develn�er and Contra�tor concerning the Work consist o�'the following: l. Tl�is Agrecment. 2. Attachments to this A�reement: a. Bid f•orm {As pro�ided 6y lle�eloper} i } Pro�osal F'orm (DAP Version} 2) i'requalificatic►n Statement 3) 5tate and Federa] documents {��rc�jec�t s�ccificJ b. Insurance AC�R� Fnnn{s] c. Payment �3ond {�AP V'ersion} d. Perf'armance Bond �17AP Versinn) e. Mainter�ance Band (�AP Versinn) f. Pc�wer of Attarney for the �onds �. Worker's ('omgensation Affida�it h. MB�: andlnr 5BE Commitment E'onn (If required} 3. Standard City Getieral CQndrtions of ihe Constrttction Contract for �eveloper Awarded ProjccEs. 4. 5uppl�mentary Gnn�iitions. 5. Specifi�ations specificakly made a part of the Contra�t Docutnents by atta�liment or, if not attaclied, as incorparated by rcf'erence and descrihed in the Table af Contents af the Project's Caniract Documents. fi. [7rawin�.s. 7. Addenda. $. Documentation submitted by �antra�tor �rior to Notice of Awar[i, 9. The foliowing which may he deliver�d or issued after the E1�i'cctive �ate of the Rgreemczit and, if isstied, he�omc a�i incr�rporated part of t�i� Contract [3o�;uments: a. Notite t� Proceed. b. Field (Jrders. c. Cha�ige (]rdefs. d. Letter of �'ir�al Acceptan�e. i[TY OF FURT WdRTF[ Me1rn Guff C'ars .Sen�ice flurfd�ng 5TAN1JARl7 CC]NSl"RiICIIUN SPEC[FlC'A�I'lON DC]('UML•IvlS — f]f�VEL.t]Y1�R AWAA[]i:� PR(]1£Cl'S ['iry PrujecrNr�. 1Q629d Re�i3rd lime 16. 2L}I(i DD5243-3 Ile�elUper Awarded Pro�e�t Agre�menl Page 3 af4 Artirle 6. INQEMIVIFICATI[]N b.l Contractar eo�enants �nd agrees to indem�ify, hold harmless and defend, at ifs own expense, the city, it� r�ificers, ser�ant� and employees, fro�n and against any and all claims ari�ing uut af, ar alleged tn arise nut nf, the work and ser�iees to 6e perfarmed k►y the cantractor, its �rfficers, agents, e�ployees, su�coatractors, licenses or in�itees under this contract. This in�iemnr�cation pro�ision is sacci�callv �ntended ta opers�te and he effecE��e even if it is alle�ed nr nro�en that all or some of the dama�es being souQht were caGsed, in whole �r in oart. h►+ anv act, amissinn nr ne�ence vf the citv. This indemnity pro�ision is intended to inrlude, without lirrs'rt�tion, indemnity for eosts, expenses and legal Fees incEtrre� hy the ci#y in defending against such �laims and causes of actions. G.� Contraetor eo�enants and agrees ta indcmnify and ho[d harmless, a# ita own expense, the city, its offieers, servants and employees, from and �gains# xny and ali loss, damage or destruction af prr�perty uf the city, arising nut nf, ar alle�ed fa arise out oT, the work and serviees to be performed hy the �ontractor, its affeers, agents, empinyees, subcontraetars, licensees nr in�itees under t�is contract. This indeinni#icatian pror+ision is snecificall� intended to onerate and be effective e�en if it is alle e�ti nr proven tE�at sIl ar some of the dama�es beine sou�ht were cause�i, in whote nr in part, hv anv a�f, nmission or ne�f,'��ence nf #he eitv. Article 7. MISCELLANEUUS 7.l "I'erms. Terms used in this Ag'eement are defined in Article I of' the 5tandard City Conditions af the Constru�tian Contract foi' L7eveloper Awarded �'rojects. 7.2 Assi�iu7ient af Caniract. i'his Agreement, i�7cluding all of the Cantract �ocuments may not be assigned by the Coniractor without the ad�anced cxpress written cansent of the De�eloper. 7.3 Su�cessars and Assigns. l7e�eioper an�{ Contra�tar each binds itself, its partners, successors, assigns and legal representati�es to tlie other party heretc�, iii r�spect to all covenants, agreements and obligations contairted in the Cantract Docuir�ents. 7,4 Severahility. Any provisian ar part ❑f' the Contract Documents held to be un�onstitutinnal, �nid or unenForceabEe by a caurt of cnmpetent jurisdiction shall be deemed stricken, and all remaining provisians shalt continue ta he �alid arld hinding upan �EVELflPFR a«d CONTRAC:TDR. 7.5 Go�erning I.aw ar3d Veni�e. This Agreement, includirtg all af the Cnntract Dacumenfs is performable in the State oi Texas. Venue shall 6e Tarrant C[�unty, 'i'exas, ❑r the Llnited States ❑sstri�t C:ourt for the Nnrthern llisFrict ❑f'T'exas, ��rt Worth Ui�isson. CCl"Y OF F�R'T Wt]I2 S�l �Lleiro Go1f Cn1s Servire Building STANQARD C[]NSTRUC'I'[�N S!'E.CIFIC A I'f0�1 DOCLI�SF-NTS — UEVELEIE'F�R AR'ARDED PRC3JEC'f5 ('rry Yrnjec[ No. lU4?9� Revised June 1G, 2DIfi UUS243-4 ❑e�elnper Awarded Pm�ect Agreement Pagc 4 nF4 7.6 Authority to 5ign, Contractor shall attach evidence of' authority to sign Agreement, if othcr than duly auti�nrized si�;r�ac[�ry of' ehe Coniractor. IN Wi7Tl};SS WHEREOF, Develuper and Contra�tar ha�e exec�ited this Agreement in multiple counterparts. This Agreemerit is effecti�e as of the last date signed by thc �arties ("Cf�'ecti�e �ate"} Contractar: Jackson CanstructEon, LT❑ �Y=� � I���J �[5ig� ture) Troy L. Jackson (Printed Name) Tit1C: p�esident Cnmpany Name: .]aakson Construction, LTQ Addr�ss: 5112 5u� Vatley Drive Cityl5tatelZip: Fort Worth, 7exas 76119 �-� —�S 17ate De�eEoper: Matrfl Galf Cars, Inc. By: (.. ignatu Ben King (Printed Name} i'itle; Owner Campany name: Me1ro Gvlf Cars, In�. Address: 40fi3 South Fwy [;ityl StatelZip: Fort Worth, �'exas 7$'E 1 D �- �--G - �S ❑ate CffY Of FOI�"f W�RTIi hferro(iol�C'ars.Servrce Burldrn� STANpARll C'UN5-fRi1CTIqM 51'GCIFICATI()N I]OC'l1MF.N'I'S — QEVEL(7Pl:R AWARDEI] Plt[)!f•:C'I'S Cirp Projerr A'u. �06?9d Revised Iune i6.2[11Ci THE HANOVERINSURANCE COMPANY MASSACHUSETTS BAYINSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANYand MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing underthe laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company'� does hereby constitute and appoint, Jack M. Crowley, Laurie Pflug, Holly Clevenger and/or Christine Clinger Of Willis Towers Watson Insurance Services West, lnc of Dallas, TX each individually, if there be more than one named, as its true and lawFul attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the Unked States, any and alI surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as ifthey had been dulysigned by the president and attested bythe secretary ofthe Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of eny limitation stated below: Any such obligations in the United States, not to exceed Fifty Million and No/100 ($50,0�0,000) in any single instance That this power is made and executed pursuantto the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal oftlie Company. Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and cert'rfication in respect thereto, granted and executed by the President or Vice President in cronjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,1981— The Hanover Insurence Company;Adopted April 14,1982— Massachusetts Bay Insurance Company; Adopted September 7, 2001—Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF,THE HANOVER INSURANCECOMPANY, MASSACHUSETTS BAYINSURANCECOMPANYandCITIZENS INSURANCECOMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 28�h day of June, 2024 .,�s. � :.,,.�"`�--_._b'?�� ,r^ �s +t„`i ! ",� -, a�` �g � �' � � ... 1AF4• � � 1 hc liasoacr /ww�aace l;woyso} ti[wsuehuetts &�y iwn�ce Cawp�wY Cititt�s iswraece C�sp�9�Ammew J s N. Kaw(retl. a PnaNMM STATE OF CONNECTICUT ) COU NTY OF HARTFORD ) ss. 7be lia�wes iwsrraacN i:umpany iwetffi Mr Iwswn�te Comrasy s lun ��paa ot.�mcria IMn Y. M�nda�a. ViCa Ptrsidtnk On this 28"' day of June, 2024 before me pme the above named Execuiive Yce President and �ce Presiderrt of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens insurance Company of Amerip, to me personally known to be the individuals and officers described herein, and acknowledged that the seais affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectivery, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. VVencly Latoum�s +�fr�Nc, Si�totConnrcticu�t �fi► Ca�nni�ion E�ins .l�+hr 3 t. 2�5 , � �" �� � � �� � � � � ° ��� �..� vVEn y �atou��es.tiNot� Pu � otry My eamm�si4n cxp�r�s Juy 3t, 20Z5 I, the undersigned �ce President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citgens Insurance Company of America, hereby certifythat the above and foregoing is a full, true and correct copy ofthe Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and efrect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of CERTIFIED COPY Tie • �e+r�rce es a M! Y C srra a F� �,-�_ e4� Rswcdder, �'icc Preri�t � H'!he anover TMe Hanovdr Insuranae Company j 440 Lincoln Stree� Worcester, MA 01653 Insurance Groupe Gt�ens I�uranoe Company of qmerica � 645 West Grand River AvenuG Howell M146843 Te�cas Complaint Notice IMPORTANT NOTICE AVISO IMPORTANTE To obta+n information or make a compla+nt: You may call The Hanover Insurance Company/Citizens Insurance Company of America's tol(-free tefephone number for information or to make a complaint at: Para obtener informacion o para someter una queja: Usted puede tlamar al numero de telefona gratis de The Hanover Insurance Company/Gtizens insurance Company af America's para informacian o pa.ra someter una queja al: 1-800-608-8141 You may also write to The Hanover Insurance Company/ Citizens lnsurance Gompany of America at: 440 Lincoln Street � Worcester, MA Q1615 You may contact the Texas Department of. Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252 3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, 7X 7871491Q4 Fax: (512) 475-1771 Web: http✓/www.tdi.texas.gov E-mail: CansumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute conceming your premium or about a claim you should contact the agent or the com- pany first. If the dispute is not resolved, you may contact the Texas Department of lnsurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for informatian only and does not become a part or con- dition of the attached document. / 1-800-608-8141 Usted tambien puede escribir a The Hanoti�er Insurr�..nc� Company/�tizens Insurance Company of America al: 440 Lincoln Street Warcester, MA 01615 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas a(: 1-800 252-3439 Puede escribir al Departamento de Seguros de Te�s: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://wwwtdi,texasgov E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRlMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reo- lamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se canvierte en parte o condicion del documento adjunto. 1e,-,as� �sr,a 26 September 25 26 September 25 26 September 25 26 September 25 26 September 25 aoe2 i�-2 ;1rtAt?VTFNANCE BOND Page Z of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upan receiving notice from the Developer andlor City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principa( shall remedy any defective Work, for which timely notiee was provided by Developer or City, to a eompletion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full foree and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired andlor recanstructed with all associated costs thereof being barne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northem Dish-ict of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CtTY OF FORT WC)RTFi :4letrr� GoIJ`Cars Senrce Buildi�ig STANDARD CIT1' C:ONDITIONS —DEVELOPER A�4'�RDED PROJECTS Cit�� Project:b'o, IO6794 Revised lanuary 31, 2012 26 September 25 THE HANOVERINSURANCE COMPANY MASSACHUSETTS BAYINSURANCE COMPANY CITIZENS INSURANGE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attomey limits the acts of those named herein, and they have na authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY TMESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporetions organized and existing underthe iaws of the Staie of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the Iaws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Joshua Sanford, Jennifer Godere, Kathryn Pryor, Gentry Stewart, Micheile Anne McMahon, Jonathan Gleason, Nichoias Mlller, Sarah Murtha, Doritza Mojica, Connor Wolpert, andtor Richard Hack�r Of Willis of Connectic�t, LLC of Hartford, CT each individuaily, if there be more than one named, as its true and lawful attomey(s}in-fact to sign, execute, seal, acknowiedge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and aii surery bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shail be as binding upon the Company as itthey had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attomey timits the acts of those named herein; and they have no au►hority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Twenty Million and No/100 (E20,000,000) in any single instance That this power is made and executed pursuant to the authority of the foliowing Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attomeys-in-fact o# the Company, in its name and as it acts, to execute and acknowledge for and on Rs behalf as surety, any and aIl bonds, recognizances, conYracts of indemnity, waivers of citation and ail other writings obiigatory in the nature t�reof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shail be binding upon the Company as if they had been duly executed and acknowledged by the regulariy elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shaA be binding on the Company to the same extent as if aii signatures therein were manualiy affixed, even though one or more of any such signatures thereon may be facsimiie. (Adopted October 7, 198'1— The Hancrver Insurance Company; Adopted Aprii 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens lnsurance Gompany of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF. THE HANQVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANGE COMPANY OF AMERICA have caused these preseMs to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 12"' day of September, 2023 ,� ���� �`• j�'' � ,: �,.�I{.��" i �y �{F ' +11C'I�� `TiMI „...0 . , � STATE OF CONNECTICUT ) COUNTY OF HARTFORD ) ss. i� �., �f � � , r � On this 12"' day of September 2023 before me came the above named Executive Vice President and �ce President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Gitizens Insurance Company of America, to me personally known to be the individuals and officers descxibed herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seais of The Hanover Insurance Company, Massachusetts Bay I�surance Company and Citizens insurance Company of America, respectively, and that the said corporate seals and their signatures as o�ce�s were duly affixed and 5ubsccihP�+ tn .catd �ocr��� bv the authoritv and dire�tion h said Corporations. w� �►�� � � � ��.���,� � ���, �, � - ry� . � Non E�nes ,lugr 31. 2a25 MI� c+�nmiss +�x tr+�s 7uy i1.1'�25 I, the undersigned Vice President of The Ha�over Insurance Gompany, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a fuli, true and correct copy of the Original Power of Attomey issued by said Companies, and do hereby further certify that the said Powers of Attomey are still in forca and effect. GIVEN under my hand and the se81s of said Companies, at Worcester, Massachusetts, this _ _ day of _ CER?IFIED COPY , ,+�I;M►Ji�' �i�+�r; 'i 1IIM�'� .A�'/� � .� / Texas Complaint Notice Cammercial Lines IMPORTANT NOTICE To obtain information or make a complaint: You may call The Hanover Insurante Companyt Citizens Insurance Company of America's toll-free telephone number for information or to make a complaint at: 1-800-343-6044 You may also write to The Hanover Insurante Company/ Citizens Insurance Company of America at: 440 Lincoln Street Worcester, MA 01653 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Sox 149104 Austin, TX 787149104 Fax: (512) 475-1771 Web: http:(/www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVI50 IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America's para information o para someter una queja al: 1-800-343-6044 Usted tambien puede esaibir a The Hanover Insurance Company/Citizens Insurance �ompany of America al: 440 Lincoln Street Worcester, MA 01653 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Qepartamento de Seguros de Texas: P. O. Box 149104 Austin, TX �8714-9104 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un recfamo, debe comunicarse con el agente o la com- pania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. The Hanover Insurance Company � 440 Lincoln Street, Worcester, MA 01653 rai-ias� nzn�i va4e � ar i Citizens Insurance Company of America � 808 North Highlander Way, Howell, M148843 hanover.com CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms ............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 5 Article 2 – Preliminary Matters ......................................................................................................................... 6 2.01 Before Starting Construction ........................................................................................................ 6 2.02 Preconstruction Conference .......................................................................................................... 6 2.03 Public Meeting .............................................................................................................................. 6 Article 3 – Contract Documents and Amending ............................................................................................... 6 3.01 Reference Standards ..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents .................................................................. 6 Article 4 – Bonds and Insurance ....................................................................................................................... 7 4.01 Licensed Sureties and Insurers ..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7 4.03 Certificates of Insurance ............................................................................................................... 7 4.04 Contractor’s Insurance .................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12 Article 5 – Contractor’s Responsibilities ........................................................................................................ 12 5.01 Supervision and Superintendent ................................................................................................. 12 5.02 Labor; Working Hours ................................................................................................................ 13 5.03 Services, Materials, and Equipment ........................................................................................... 13 5.04 Project Schedule .......................................................................................................................... 14 5.05 Substitutes and “Or-Equals” ....................................................................................................... 14 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16 5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16 5.08 Wage Rates.................................................................................................................................. 18 5.09 Patent Fees and Royalties ........................................................................................................... 19 5.10 Laws and Regulations ................................................................................................................. 19 5.11 Use of Site and Other Areas ....................................................................................................... 19 5.12 Record Documents ...................................................................................................................... 20 5.13 Safety and Protection .................................................................................................................. 21 5.14 Safety Representative ................................................................................................................. 21 5.15 Hazard Communication Programs ............................................................................................. 22 5.16 Submittals .................................................................................................................................... 22 5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24 5.19 Delegation of Professional Design Services .............................................................................. 24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination....................................................................................................................... 25 Article 6 – Other Work at the Site ................................................................................................................... 26 6.01 Related Work at Site ................................................................................................................... 26 Article 7 – City’s Responsibilities................................................................................................................... 26 7.01 Inspections, Tests, and Approvals .............................................................................................. 26 7.02 Limitations on City’s Responsibilities ....................................................................................... 26 7.03 Compliance with Safety Program ............................................................................................... 27 Article 8 – City’s Observation Status During Construction ........................................................................... 27 8.01 City’s Project Representative ..................................................................................................... 27 8.02 Authorized Variations in Work .................................................................................................. 27 8.03 Rejecting Defective Work .......................................................................................................... 27 8.04 Determinations for Work Performed .......................................................................................... 28 Article 9 – Changes in the Work ..................................................................................................................... 28 9.01 Authorized Changes in the Work ............................................................................................... 28 9.02 Notification to Surety .................................................................................................................. 28 Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28 10.01 Change of Contract Price ............................................................................................................ 28 10.02 Change of Contract Time............................................................................................................ 28 10.03 Delays .......................................................................................................................................... 28 Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects ........................................................................................................................ 29 11.02 Access to Work ........................................................................................................................... 29 11.03 Tests and Inspections .................................................................................................................. 29 11.04 Uncovering Work ....................................................................................................................... 30 11.05 City May Stop the Work ............................................................................................................. 30 11.06 Correction or Removal of Defective Work ................................................................................ 30 11.07 Correction Period ........................................................................................................................ 30 11.08 City May Correct Defective Work ............................................................................................. 31 Article 12 – Completion.................................................................................................................................. 32 12.01 Contractor’s Warranty of Title ................................................................................................... 32 12.02 Partial Utilization ........................................................................................................................ 32 12.03 Final Inspection ........................................................................................................................... 32 12.04 Final Acceptance ......................................................................................................................... 33 Article 13 – Suspension of Work .................................................................................................................... 33 13.01 City May Suspend Work ............................................................................................................ 33 Article 14 – Miscellaneous .............................................................................................................................. 34 14.01 Giving Notice .............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34 14.03 Cumulative Remedies ................................................................................................................. 34 14.04 Survival of Obligations ............................................................................................................... 35 14.05 Headings ...................................................................................................................................... 35 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1.Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2.Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3.Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4.Buzzsaw – City’s on-line, electronic document management and collaboration system. 5.Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6.City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7.Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8.Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9.Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10.Contractor—The individual or entity with whom Developer has entered into the Agreement. 11.Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12.Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13.Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14.Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15.Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16.Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17.General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18.Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19.Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21.Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22.Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23.Plans – See definition of Drawings. 24.Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25.Project—The Work to be performed under the Contract Documents. 26.Project Representative—The authorized representative of the City who will be assigned to the Site. 27.Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28.Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29.Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30.Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31.Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32.Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33.Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34.Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35.Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36.Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37.Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38.Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39.Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40.Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41.Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42.Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B.Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C.Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A.Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C.Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a.Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None. 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: None. b. Each Occurrence: None. 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E.Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1.“Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2.Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B.Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C.City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D.Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E.City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F.Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G.Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A.Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 4x 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A.Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B.Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C.Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D.Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E.Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and ✔ 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F.Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G.Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H.Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A.To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A.Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4.Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B.Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C.Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D.Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E.Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C.City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B.Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 106294 Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. 38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 106294 Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 1) All Work shall be in accordance with railroad requirements set forth in 6 Division 0 as well as the railroad permit. 7 D. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously 9 obtained permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the 11 specified approval of the property owner has been secured in writing by the 12 Contractor and a copy furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the 15 Work as a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17 lawns, fences, culverts, curbing, and all other types of structures or improvements, 18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19 appurtenances thereof, including the construction of temporary fences and to all 20 other public or private property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or private 22 lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of the 24 Work. 25 b. Notices shall be applicable to both public and private utility companies and any 26 corporation, company, individual, or other, either as owners or occupants, 27 whose land or interest in land might be affected by the Work. 28 c. Be responsible for all damage or injury to property of any character resulting 29 from any act, omission, neglect, or misconduct in the manner or method or 30 execution of the Work, or at any time due to defective work, material, or 31 equipment. 32 6. Fence 33 a. Restore all fences encountered and removed during construction of the Project 34 to the original or a better than original condition. 35 b. Erect temporary fencing in place of the fencing removed whenever the Work is 36 not in progress and when the site is vacated overnight, and/or at all times to 37 provide site security. 38 c. The cost for all fence work within easements, including removal, temporary 39 closures and replacement, shall be subsidiary to the various items bid in the 40 project proposal, unless a bid item is specifically provided in the proposal. 41 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 106294 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 32 16 - 1 DAP CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised July 1, 2011 SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 01 32 16 - 2 DAP CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised July 1, 2011 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. 01 32 16 - 3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised July 1, 2011 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. 01 32 16 - 4 DAP CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised July 1, 2011 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. 01 32 16 - 5 DAP CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised July 1, 2011 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August, 30, 2013 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 l. {Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]} 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 – General Requirements 25 3. Section 33 12 25 – Connection to Existing Water Mains 26 27 1.2 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33 High Voltage Overhead Lines. 34 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 35 Specification 36 1.3 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): 40 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August, 30, 2013 a. Notify the Texas Department of Transportation prior to commencing any work 1 therein in accordance with the provisions of the permit 2 b. All work performed in the TxDOT right-of-way shall be performed in 3 compliance with and subject to approval from the Texas Department of 4 Transportation 5 B. Work near High Voltage Lines 6 1. Regulatory Requirements 7 a. All Work near High Voltage Lines (more than 600 volts measured between 8 conductors or between a conductor and the ground) shall be in accordance with 9 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 10 2. Warning sign 11 a. Provide sign of sufficient size meeting all OSHA requirements. 12 3. Equipment operating within 10 feet of high voltage lines will require the following 13 safety features 14 a. Insulating cage-type of guard about the boom or arm 15 b. Insulator links on the lift hook connections for back hoes or dippers 16 c. Equipment must meet the safety requirements as set forth by OSHA and the 17 safety requirements of the owner of the high voltage lines 18 4. Work within 6 feet of high voltage electric lines 19 a. Notification shall be given to: 20 1) The power company (example: ONCOR) 21 a) Maintain an accurate log of all such calls to power company and record 22 action taken in each case. 23 b. Coordination with power company 24 1) After notification coordinate with the power company to: 25 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 26 lower the lines 27 c. No personnel may work within 6 feet of a high voltage line before the above 28 requirements have been met. 29 C. Confined Space Entry Program 30 1. Provide and follow approved Confined Space Entry Program in accordance with 31 OSHA requirements. 32 2. Confined Spaces include: 33 a. Manholes 34 b. All other confined spaces in accordance with OSHA’s Permit Required for 35 Confined Spaces 36 D. Use of Explosives, Drop Weight, Etc. 37 1. When Contract Documents permit on the project the following will apply: 38 a. Public Notification 39 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 40 prior to commencing. 41 2) Minimum 24 hour public notification in accordance with Section 01 31 13 42 E. Water Department Coordination 43 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August, 30, 2013 1. During the construction of this project, it will be necessary to deactivate, for a 1 period of time, existing lines. The Contractor shall be required to coordinate with 2 the Water Department to determine the best times for deactivating and activating 3 those lines. 4 2. Coordinate any event that will require connecting to or the operation of an existing 5 City water line system with the City’s representative. 6 a. Coordination shall be in accordance with Section 33 12 25. 7 b. If needed, obtain a hydrant water meter from the Water Department for use 8 during the life of named project. 9 c. In the event that a water valve on an existing live system be turned off and on 10 to accommodate the construction of the project is required, coordinate this 11 activity through the appropriate City representative. 12 1) Do not operate water line valves of existing water system. 13 a) Failure to comply will render the Contractor in violation of Texas Penal 14 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 15 will be prosecuted to the full extent of the law. 16 b) In addition, the Contractor will assume all liabilities and 17 responsibilities as a result of these actions. 18 F. Public Notification Prior to Beginning Construction 19 1. Prior to beginning construction on any block in the project, on a block by block 20 basis, prepare and deliver a notice or flyer of the pending construction to the front 21 door of each residence or business that will be impacted by construction. The notice 22 shall be prepared as follows: 23 a. Post notice or flyer 7 days prior to beginning any construction activity on each 24 block in the project area. 25 1) Prepare flyer on the Contractor’s letterhead and include the following 26 information: 27 a) Name of Project 28 b) City Project No (CPN) 29 c) Scope of Project (i.e. type of construction activity) 30 d) Actual construction duration within the block 31 e) Name of the contractor’s foreman and phone number 32 f) Name of the City’s inspector and phone number 33 g) City’s after-hours phone number 34 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 35 A. 36 3) Submit schedule showing the construction start and finish time for each 37 block of the project to the inspector. 38 4) Deliver flyer to the City Inspector for review prior to distribution. 39 b. No construction will be allowed to begin on any block until the flyer is 40 delivered to all residents of the block. 41 G. Public Notification of Temporary Water Service Interruption during Construction 42 1. In the event it becomes necessary to temporarily shut down water service to 43 residents or businesses during construction, prepare and deliver a notice or flyer of 44 the pending interruption to the front door of each affected resident. 45 2. Prepared notice as follows: 46 a. The notification or flyer shall be posted 24 hours prior to the temporary 47 interruption. 48 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August, 30, 2013 b. Prepare the flyer on the contractor’s letterhead and include the following 1 information: 2 1) Name of the project 3 2) City Project Number 4 3) Date of the interruption of service 5 4) Period the interruption will take place 6 5) Name of the contractor’s foreman and phone number 7 6) Name of the City’s inspector and phone number 8 c. A sample of the temporary water service interruption notification is attached as 9 Exhibit B. 10 d. Deliver a copy of the temporary interruption notification to the City inspector 11 for review prior to being distributed. 12 e. No interruption of water service can occur until the flyer has been delivered to 13 all affected residents and businesses. 14 f. Electronic versions of the sample flyers can be obtained from the Project 15 Construction Inspector. 16 H. Coordination with United States Army Corps of Engineers (USACE) 17 1. At locations in the Project where construction activities occur in areas where 18 USACE permits are required, meet all requirements set forth in each designated 19 permit. 20 I. Coordination within Railroad Permit Areas 21 1. At locations in the project where construction activities occur in areas where 22 railroad permits are required, meet all requirements set forth in each designated 23 railroad permit. This includes, but is not limited to, provisions for: 24 a. Flagmen 25 b. Inspectors 26 c. Safety training 27 d. Additional insurance 28 e. Insurance certificates 29 f. Other employees required to protect the right-of-way and property of the 30 Railroad Company from damage arising out of and/or from the construction of 31 the project. Proper utility clearance procedures shall be used in accordance 32 with the permit guidelines. 33 2. Obtain any supplemental information needed to comply with the railroad’s 34 requirements. 35 J. Dust Control 36 1. Use acceptable measures to control dust at the Site. 37 a. If water is used to control dust, capture and properly dispose of waste water. 38 b. If wet saw cutting is performed, capture and properly dispose of slurry. 39 K. Employee Parking 40 1. Provide parking for employees at locations approved by the City. 41 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 42 Construction Specification [if required for the project] 43 1. Comply with equipment, operational, reporting and enforcement requirements set 44 forth in NCTCOG’s Clean Construction Specification.} 45 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August, 30, 2013 1.4 SUBMITTALS [NOT USED] 1 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.6 CLOSEOUT SUBMITTALS [NOT USED] 3 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.8 QUALITY ASSURANCE [NOT USED] 5 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.10 FIELD [SITE] CONDITIONS [NOT USED] 7 1.11 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 13 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August, 30, 2013 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised August, 30, 2013 EXHIBIT B 1 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised March 20, 2020 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another form of distribution approved by the City. 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised March 20, 2020 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised JULY 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 58 13 - 1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City’s Standard Details for project signs. 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 B. Materials 1. Sign a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 58 13 - 3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FOR Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised March 20, 2020 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised March 20, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance 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. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Metro Golf Cars Service Building City Project No. 106294 Revised February 14, 2018 SECTION 01 71 23 1 CONSTRUCTION STAKING AND SURVEY 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes:5 1. Requirements for construction staking and construction survey6 B. Deviations from this City of Fort Worth Standard Specification7 1. See Changes (Highlighted in Yellow).8 C. Related Specification Sections include, but are not necessarily limited to:9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2. Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment13 1. Construction Staking14 a. Measurement15 1) This Item is considered subsidiary to the various Items bid.16 b. Payment17 1) The work performed and the materials furnished in accordance with this18 Item are subsidiary to the various Items bid and no other compensation will19 be allowed.20 2. Construction Survey21 a. Measurement22 1) This Item is considered subsidiary to the various Items bid.23 b. Payment24 1) The work performed and the materials furnished in accordance with this25 Item are subsidiary to the various Items bid and no other compensation will be26 allowed.27 3. As-Built Survey28 a. Measurement29 1) This Item is considered subsidiary to the various Items bid.30 b. Payment31 1) The work performed and the materials furnished in accordance with this32 Item are subsidiary to the various Items bid and no other compensation will be33 allowed.34 35 36 37 38 39 40 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised February 14, 2018 1.3 REFERENCES 1 A. Definitions2 1. Construction Survey - The survey measurements made prior to or while3 construction is in progress to control elevation, horizontal position, dimensions and4 configuration of structures/improvements included in the Project Drawings.5 2. As-built Survey –The measurements made after the construction of the6 improvement features are complete to provide position coordinates for the features7 of a project.8 3. Construction Staking – The placement of stakes and markings to provide offsets9 and elevations to cut and fill in order to locate on the ground the designed10 structures/improvements included in the Project Drawings. Construction staking11 shall include staking easements and/or right of way if indicated on the plans.12 4. Survey “Field Checks” – Measurements made after construction staking is13 completed and before construction work begins to ensure that structures marked on14 the ground are accurately located per Project Drawings.15 B. Technical References16 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw17 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards18 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available19 on City’s Buzzsaw website).20 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision21 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land22 Surveying in the State of Texas, Category 523 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. The Contractor’s selection of a surveyor must comply with Texas Government26 Code 2254 (qualifications based selection) for this project.27 1.5 SUBMITTALS 28 A. Submittals, if required, shall be in accordance with Section 01 33 00.29 B. All submittals shall be received and reviewed by the City prior to delivery of work.30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Field Quality Control Submittals32 1. Documentation verifying accuracy of field engineering work, including coordinate33 conversions if plans do not indicate grid or ground coordinates.34 2. Submit “Cut-Sheets” conforming to the standard template provided by the City35 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).36 37 1.7 CLOSEOUT SUBMITTALS 38 B. As-built Redline Drawing Submittal39 Metro Golf Cars Service Building City Project No. 106294 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised February 14, 2018 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1 constructed improvements signed and sealed by Registered Professional Land 2 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 3 – Survey Staking Standards) .4 2. Contractor shall submit the proposed as-built and completed redline drawing5 submittal one (1) week prior to scheduling the project final inspection for City6 review and comment. Revisions, if necessary, shall be made to the as-built redline7 drawings and resubmitted to the City prior to scheduling the construction final8 inspection.9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Construction Staking12 1. Construction staking will be performed by the Contractor.13 2. Coordination14 a. Contact City and Developer’s Project Representative at least one week in15 advance notifying the City of when Construction Staking is scheduled.16 b. It is the Contractor’s responsibility to coordinate staking such that17 construction activities are not delayed or negatively impacted.18 3. General19 a. Contractor is responsible for preserving and maintaining stakes. If City20 surveyors or Developer’s Project Representative are required to re-stake for21 any reason, the Contractor will be responsible for costs to perform staking. If22 in the opinion of the City, a sufficient number of stakes or markings have been23 lost, destroyed disturbed or omitted that the contracted Work cannot take place24 then the Contractor will be required to stake or re-stake the deficient areas.25 B. Construction Survey26 1. Construction Survey will be performed by the Contractor.27 2. Coordination28 a. Contractor to verify that horizontal and vertical control data established in the29 design survey and required for construction survey is available and in place.30 3. General31 a. Construction survey will be performed in order to construct the work shown32 on the Construction Drawings and specified in the Contract Documents.33 b. For construction methods other than open cut, the Contractor shall perform34 construction survey and verify control data including, but not limited to, the35 following:36 1) Verification that established benchmarks and control are accurate.37 2) Use of Benchmarks to furnish and maintain all reference lines and grades38 for tunneling.39 3) Use of line and grades to establish the location of the pipe.40 4) Submit to the City copies of field notes used to establish all lines and41 grades, if requested, and allow the City to check guidance system setup prior42 to beginning each tunneling drive.43 5) Provide access for the City, if requested, to verify the guidance system and44 the line and grade of the carrier pipe.45 Metro Golf Cars Service Building City Project No. 106294 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised February 14, 2018 6) The Contractor remains fully responsible for the accuracy of the work and 1 correction of it, as required.2 7) Monitor line and grade continuously during construction.3 8) Record deviation with respect to design line and grade once at each pipe4 joint and submit daily records to the City.5 9) If the installation does not meet the specified tolerances (as outlined in6 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct7 the installation in accordance with the Contract Documents.8 C. As-Built Survey9 1. Required As-Built Survey will be performed by the Contractor.10 2. Coordination11 a. Contractor is to coordinate with City to confirm which features require as-12 built surveying.13 b. It is the Contractor’s responsibility to coordinate the as-built survey and14 required measurements for items that are to be buried such that construction15 activities are not delayed or negatively impacted.16 c. For sewer mains and water mains 12” and under in diameter, it is acceptable17 to physically measure depth and mark the location during the progress of18 construction and take as-built survey after the facility has been buried. The19 Contractor is responsible for the quality control needed to ensure accuracy.20 3. General21 a. The Contractor shall provide as-built survey including the elevation and22 location (and provide written documentation to the City) of construction23 features during the progress of the construction including the following:24 1) Water Lines25 a) Top of pipe elevations and coordinates for waterlines at the following26 locations:27 (1) Minimum every 250 linear feet, including28 (2) Horizontal and vertical points of inflection, curvature,29 etc.30 (3) Fire line tee31 (4) Plugs, stub-outs, dead-end lines32 (5) Casing pipe (each end) and all buried fittings33 2) Sanitary Sewer34 a) Top of pipe elevations and coordinates for force mains and siphon35 sanitary sewer lines (non-gravity facilities) at the following locations:36 (1) Minimum every 250 linear feet and any buried fittings37 (2) Horizontal and vertical points of inflection, curvature,38 etc.39 3) Stormwater – Not Applicable40 b. The Contractor shall provide as-built survey including the elevation and41 location (and provide written documentation to the City) of construction42 features after the construction is completed including the following:43 1) Manholes44 a) Rim and flowline elevations and coordinates for each manhole45 2) Water Lines46 a) Cathodic protection test stations47 b) Sampling stations48 c) Meter boxes/vaults (All sizes)49 Metro Golf Cars Service Building City Project No. 106294 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised February 14, 2018 d) Fire hydrants1 e) Valves (gate, butterfly, etc.)2 f) Air Release valves (Manhole rim and vent pipe)3 g) Blow off valves (Manhole rim and valve lid)4 h) Pressure plane valves5 i) Underground Vaults6 (1) Rim and flowline elevations and coordinates for each7 Underground Vault.8 3) Sanitary Sewer9 a) Cleanouts10 (1) Rim and flowline elevations and coordinates for each11 b) Manholes and Junction Structures12 (1) Rim and flowline elevations and coordinates for each13 manhole and junction structure.14 4) Stormwater – Not Applicable15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY 18 PART 2 - PRODUCTS 19 A. A construction survey will produce, but will not be limited to:20 1. Recovery of relevant control points, points of curvature and points of intersection.21 2. Establish temporary horizontal and vertical control elevations (benchmarks)22 sufficiently permanent and located in a manner to be used throughout construction.23 3. The location of planned facilities, easements and improvements.24 a. Establishing final line and grade stakes for piers, floors, grade beams, parking25 areas, utilities, streets, highways, tunnels, and other construction.26 b. A record of revisions or corrections noted in an orderly manner for reference.27 c. A drawing, when required by the client, indicating the horizontal and vertical28 location of facilities, easements and improvements, as built.29 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all30 construction staking projects. These cut sheets shall be on the standard city template31 which can be obtained from the Survey Superintendent (817-392-7925).32 5. Digital survey files in the following formats shall be acceptable:33 a. AutoCAD (.dwg)34 b. ESRI Shapefile (.shp)35 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use36 standard templates, if available)37 6. Survey files shall include vertical and horizontal data tied to original project38 control and benchmarks, and shall include feature descriptions39 PART 3 - EXECUTION 40 3.1 INSTALLERS 41 Metro Golf Cars Service Building City Project No. 106294 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised February 14, 2018 A. Tolerances:1 1. The staked location of any improvement or facility should be as accurate as2 practical and necessary. The degree of precision required is dependent on many3 factors all of which must remain judgmental. The tolerances listed hereafter are4 based on generalities and, under certain circumstances, shall yield to specific5 requirements. The surveyor shall assess any situation by review of the overall plans6 and through consultation with responsible parties as to the need for specific7 tolerances.8 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical9 tolerance. Horizontal alignment for earthwork and rough cut should not exceed10 1.0 ft. tolerance.11 b. Horizontal alignment on a structure shall be within .0.1ft tolerance.12 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and13 walkways shall be located within the confines of the site boundaries and,14 occasionally, along a boundary or any other restrictive line. Away from any15 restrictive line, these facilities should be staked with an accuracy producing no16 more than 0.05ft. tolerance from their specified locations.17 d. Underground and overhead utilities, such as sewers, gas, water, telephone and18 electric lines, shall be located horizontally within their prescribed areas or19 easements. Within assigned areas, these utilities should be staked with an20 accuracy producing no more than 0.1 ft tolerance from a specified location.21 e. The accuracy required for the vertical location of utilities varies widely. Many22 underground utilities require only a minimum cover and a tolerance of 0.1 ft.23 should be maintained. Underground and overhead utilities on planned profile,24 but not depending on gravity flow for performance, should not exceed 0.1 ft.25 tolerance.26 B. Surveying instruments shall be kept in close adjustment according to manufacturer’s27 specifications or in compliance to standards. The City reserves the right to request a28 calibration report at any time and recommends regular maintenance schedule be29 performed by a certified technician every 6 months.30 1. Field measurements of angles and distances shall be done in such fashion as to31 satisfy the closures and tolerances expressed in Part 3.1.A.32 2. Vertical locations shall be established from a pre-established benchmark and33 checked by closing to a different bench mark on the same datum.34 3. Construction survey field work shall correspond to the client’s plans. Irregularities35 or conflicts found shall be reported promptly to the City.36 4. Revisions, corrections and other pertinent data shall be logged for future reference.37 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 APPLICATION 41 3.5 REPAIR / RESTORATION 42 A. If the Contractor’s work damages or destroys one or more of the control43 monuments/points set by the City or Developer’s Project Representative, the monuments44 shall be adequately referenced for expedient restoration.45 Metro Golf Cars Service Building City Project No. 106294 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised February 14, 2018 1. Notify City or Developer’s Project Representative if any control data needs to be 1 restored or replaced due to damage caused during construction operations. 2 a. Contractor shall perform replacements and/or restorations.3 b. The City or Developer’s Project Representative may require at any time a4 survey “Field Check” of any monument or benchmarks that are set be verified5 by the City surveyors or Developer’s Project Representative before further6 associated work can move forward.7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the10 City or Developer’s Project Representative in accordance with this Specification. This11 includes easements and right of way, if noted on the plans.12 B. Do not change or relocate stakes or control data without approval from the City.13 3.8 SYSTEM STARTUP 14 A. Survey Checks15 1. The City reserves the right to perform a Survey Check at any time deemed16 necessary.17 2. Checks by City personnel or 3 rd party contracted surveyor are not intended to18 relieve the contractor of his/her responsibility for accuracy.19 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth Metro Golf Cars Service Building City Project No. 106294 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised February 14, 2018 measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 1 Metro Golf Cars Service Building City Project No. 106294 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - 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. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106294 Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 02 41 15 - 1 PAVING REMOVAL Page 1 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 2, 2016 SECTION 02 41 15 PAVING REMOVAL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing concrete paving, asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling roadway paving 5. Pulverization of existing pavement 6. Disposal of removed materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 11 33 - Cement Treated Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. 02 41 15 - 2 PAVING REMOVAL Page 2 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 2, 2016 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. l. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 02 41 15 - 3 PAVING REMOVAL Page 3 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 2, 2016 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. 02 41 15 - 4 PAVING REMOVAL Page 4 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 2, 2016 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. 02 41 15 - 5 PAVING REMOVAL Page 5 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 2, 2016 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 11 33. 3. Mixing: see Section 32 11 33. 4. Compaction: see Section 32 11 33. 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 11 33. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. 02 41 15 - 6 PAVING REMOVAL Page 6 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 2, 2016 I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A – modified payment requirements on utility projects 2/2/2016 F. Griffin 1.2.A.2.b. – Removed duplicate last sentence. 32 01 29 - 1 CONCRETE PAVING REPAIR Page 1 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 SECTION 32 01 29 1 CONCRETE PAVING REPAIR 2 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any other concrete pavement repair needed during the course of construction 11 e. Full-depth concrete pavement panel replacement 12 f. Concrete Spall repair 13 g. Concrete crack repair 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 18 2. Division 1 - General Requirements 19 3. Section 32 01 18 - Temporary Asphalt Paving Repair 20 4. Section 32 11 23 – Flex Base Courses 21 5. Section 32 12 16 - Asphalt Paving 22 6. Section 32 13 13 - Concrete Paving 23 7. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Concrete Pavement Repair [When panel replacement is not required for utility 27 trench repair, repair width is to include the width beyond the trench shown in the 28 Drawings as well as any additional width required around structures. There is no 29 differentiation between main line trench repair and service line trench repair for 30 concrete roadways because the quantity is measured by square yard.] 31 a. Measurement 32 1) Measurement for concrete pavement repair including full-depth panel 33 replacement shall be by the square yard of completed and accepted concrete 34 pavement repair for various concrete class and thickness 35 2) Measurement for concrete crack repair shall be by the foot of exterior crack 36 length, injected gallon, square footage for flood coats, or lump sum. 37 3) Measurement for concrete spall repair shall be by the cubic foot of concrete 38 repair material placed. 39 32 01 29 - 2 CONCRETE PAVING REPAIR Page 2 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 4) Limits of repair for utility cuts will be based on the time of service of the 1 existing pavement as per the Utility Cut Policy. Full-depth panel 2 replacement, spall repair, and crack sealing will be as per the plan details, 3 contract document, or as directed by the City. 4 b. Payment 5 1) The work performed and materials furnished for concrete pavement repair 6 and measured as provided under “Measurement” shall be paid for at the 7 unit price bid per square yard of concrete pavement repair. This price is full 8 compensation for removal, stockpiling, and disposal of waste material and 9 for equipment, materials, labor, tools, and incidentals. 10 2) The work performed and the materials furnished for concrete spall repair 11 and measured as provided under “Measurement” will be paid for at the unit 12 price bid per cubic foot of concrete repair material placed. This price is full 13 compensation for sawing, chipping, milling, cleaning, abrasive blasting, 14 repairing spalled concrete pavement, disposal of materials, materials, 15 equipment, labor, tools, and incidentals. 16 3) The work performed and the materials furnished for concrete crack repair 17 and measured as provided under “Measurement” will be paid for at the unit 18 price bid for the type specified. This price is full compensation for 19 furnishing and installing all repair materials, equipment, labor, and 20 incidentals. 21 c. The price bid shall include: 22 1) The removal, stockpiling, and disposal of waste material 23 2) Shaping and fine grading the placement area 24 3) Furnishing and applying all water required 25 4) Furnishing, loading and unloading, storing, hauling and handling all 26 concrete 27 5) Furnishing, loading and unloading, storing, hauling and handling all base 28 material 29 6) Mixing, placing, finishing and curing all concrete 30 7) Furnishing and installing reinforcing steel 31 8) Furnishing all materials and placing longitudinal, warping, expansion and 32 contraction joints, including all steel dowels, dowel caps and load 33 transmission units required, wire and devices for placing, holding and 34 supporting the steel bar, load transmission units, and joint filler in the 35 proper position; for coating steel bars where required by the Drawings 36 9) Sealing joints 37 10) Monolithically poured curb-and-gutter 38 11) All equipment and machinery that will be applied to the work 39 12) All costs associated with tie bars pullout testing, according to ASTM 40 E488/E488M 41 13) Cleanup 42 1.3 REFERENCES [NOT USED] 43 A. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. American concrete Institute (ACI): 48 32 01 29 - 3 CONCRETE PAVING REPAIR Page 3 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 a. ACI 318 Building Code Requirements for Structural Concrete 1 3. American Society for Testing and Materials (ASTM) 2 a. ASTM C881/ C881M Standard Specification for Epoxy-Resin-Base Bonding 3 System for Concrete 4 b. ASTM E488/ E488 M Standard Test Methods for Strength of Anchors in 5 Concrete Elements 6 1.4 ADMINISTRATIVE REQUIREMENTS 7 A. Permitting 8 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 9 and Public Works Department in conformance with current ordinances. 10 2. Transportation and Public Works Department will inspect paving repair after 11 construction. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 14 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD CONDITIONS 20 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 24 2.2 MATERIALS 25 A. Embedment and Backfill: see Section 33 05 10. 26 B. Base material: Concrete base: see Section 32 13 13. 27 C. Concrete: see Section 32 13 13. 28 1. Concrete paving: Class H or Class HES. 29 2. Replace concrete to the specified thickness. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 32 01 29 - 4 CONCRETE PAVING REPAIR Page 4 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 3.1 INSTALLERS [NOT USED] 1 3.2 EXAMINATION [NOT USED] 2 3.3 UTILITY CUT REPAIR 3 A. Preparation 4 1. Replace a continuous section if multiple repairs are closer than 10 feet apart from 5 edge of one repair to the edge of a second repair. 6 2. If the cut is to be covered, use steel plates of sufficient strength and thickness to 7 support traffic. 8 a. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel 9 plate to the existing pavement to create a smooth riding surface. 10 1) Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 11 16. 12 3. Surface Preparation: mark pavement cut repairs for approval by the City. 13 B. Installation 14 1. Sawing 15 a. General 16 1) Saw cut perpendicular to the surface to full pavement depth. 17 2) Saw cut the edges of pavement and appurtenances damaged subsequent to 18 sawing to remove damaged areas. 19 3) Such saw cuts shall be parallel to the original saw cut and to neat straight 20 lines. 21 b. Sawing equipment 22 1) Power-driven 23 2) Manufactured for the purpose of sawing pavement 24 3) In good operating condition 25 4) Shall not spall or facture concrete adjacent to the repair area 26 c. Repairs: In true and straight lines to dimensions shown on the Drawings 27 d. Utility Cuts 28 1) In a true and straight line on both sides of the trench 29 2) Minimum of 12 inches outside the trench walls 30 e. Prevent dust and residues from sawing from entering the atmosphere or 31 drainage facilities. 32 2. Removal 33 a. Use care in removing concrete to be repaired to prevent spalling or fracturing 34 concrete adjacent to the repair area. 35 3. Base: as specified in Drawings 36 4. Concrete Paving 37 a. Concrete placement: in accordance with Section 32 13 13. 38 b. Reinforce concrete replacement: as specified in Drawings 39 3.4 FULL-DEPTH CONCRETE PAVEMENT PANEL REPLACEMENT 40 A. Repair limits 41 1. The Contractor shall submit his method of repair to the Project Manager for approval. 42 2. The project manager will use sound engineering judgment to determine the 43 32 01 29 - 5 CONCRETE PAVING REPAIR Page 5 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 appropriate repair limits. For Jointed Reinforced Concrete Pavement (JRCP), any 1 slab identified for repair must be fully removed and replaced—small, localized 2 repairs are not permitted. However, partial panel replacement may be allowed if the 3 original panel exceeds 20 feet in length. In such cases, the panel may be divided into 4 two sections, and a transverse dummy joint must be added to ensure that each section 5 does not exceed 15 feet in length. 6 B. Concrete pavement removal 7 3. Provide concrete pavement removal equipment including chipping hammers or 8 hydro-demolition equipment for bulk concrete removal; steel chains, lift pins, and a 9 crane or front-end loader for lifting and loading pavement onto a flatbed or dump 10 truck; a maximum 40-lb. drill with tungsten carbide bits; and an air compressor 11 equipped with oil-removal filters capable of delivering air to clear dust and debris. 12 4. Saw-cut the concrete using diamond-blade saws through the full depth of the 13 concrete slab. Saw-cutting with diamond-blade saws will result in a smooth cut 14 surface with little damage to the surrounding concrete. Carbide-tooth wheel saws can 15 cause damage to the surrounding concrete and are not permitted for saw-cutting for 16 full-depth pavement repairs. The saw-cut concrete panels should be removed, and the 17 concrete placed as quickly as possible. Schedule work so that concrete placement 18 follows full-depth saw-cutting by no more than 7 days unless otherwise approved by 19 the project manager. 20 5. Once the saw-cut for the pavement slab is complete, remove the slab by lifting the 21 slab with a minimum disturbance to the base materials and surrounding concrete. Do 22 not spall or fracture concrete adjacent to the repair area. Saw-cut and remove 23 additional concrete as directed, after slab removal, if distresses are found in the 24 surrounding concrete pavement. Repair damages to concrete pavement caused by the 25 Contractor’s operation without additional compensation. The breakup method for 26 removing concrete slabs is not allowed, as it could disturb the base and cause damage 27 to the surrounding concrete. 28 6. Completely remove all loose or damaged base material, ensuring no unstable material 29 remains. Recompact the base to the satisfaction of the project manager or inspector. 30 Before concrete placement, level the base layer using Type A, Grade 1-2 flexible 31 base to match the original grade of the concrete slab or as otherwise directed. 32 C. Base Material 33 7. Provide Type A, Grade 1-2 flexible base material in accordance with City 34 Specification 32 11 23, for flexible base repairs. In the areas where base repairs are 35 required, place a minimum of 8 inches of flexible base over a compacted subgrade, 36 unless otherwise directed by the Project Manager. If three or more consecutive 37 concrete panels require replacement, an approved geogrid material may be installed 38 on top of the compacted subgrade prior to placing the flexible base. 39 8. Compact the flexible base materials to a minimum 95% proctor with -2 to +4 of 40 optimum moisture content. Level the base layer with Type A, Grade 1-2 flexible base 41 to the original grade of the concrete slab or as directed before concrete placement. 42 Place concrete directly onto the compacted base layer unless otherwise directed. 43 D. Mix Design 44 1. Obtain approval for the repair hydraulic cement concrete mix design 10 days prior to 45 beginning any repair work. The selection of concrete mix should be based on the time 46 for opening the road to traffic and temperature range during the repair. 47 32 01 29 - 6 CONCRETE PAVING REPAIR Page 6 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 2. Hydraulic cement concrete mix design. Provide Class HES concrete in accordance 1 with City spec Section 32 13 13, “Concrete Paving”, and designed to attain a 2 minimum compressive strength of 3,000 psi within the designated timeframe if the 3 timeframe designated for opening the road to traffic is less than 72 hr. (3-days) after 4 concrete placement. Otherwise, provide Class H concrete conforming to City spec 5 Section 32 13 13, “Concrete Paving”. 6 E. Concrete Pavement 7 1. Thickness: The new concrete pavement thickness shall match the existing concrete 8 pavement thickness. However, the new concrete pavement shall be constructed with 9 minimum thicknesses of 9 inches for Arterial and Industrial streets, 7 inches for 10 Collector streets, and 6 inches for Residential streets, regardless of the existing 11 pavement thickness. 12 2. Tie bars: Place tie bars to restore the continuity of the concrete pavement as shown 13 on the details in the contract document. Drill holes into the existing concrete to a 14 minimum depth of 6 inches, unless otherwise directed. Use a drill bit with a diameter 15 1/8 inch larger than the diameter of the tie bars. Clean each hole thoroughly with a 16 wire brush and compressed air to remove all dust and moisture. Only cartridge or 17 machine applicator epoxy systems are permitted. Apply epoxy in accordance with the 18 manufacturer's instructions. Insert the tip of the epoxy cartridge or machine 19 applicator into the back of the hole and inject Type III, Class C epoxy, ensuring the 20 hole is filled completely. Immediately insert the tie bars into the filled holes. Ensure 21 that the bond strength of the epoxy-grouted tie bars achieves a pullout strength of at 22 least 75% of the tie bar’s yield strength, tested in accordance with ASTM E488 and 23 within the epoxy manufacturer’s recommended curing time. If the specified pull-out 24 strength is not achieved, increase the embedment depth and retest. Other variables, 25 such as epoxy application and hole cleanout, can also be adjusted to improve pull-out 26 strength. The failure of drilled and epoxied bars to achieve the required pull-out 27 strength is typically due to inadequate filling of the drilled holes with epoxy, rather 28 than the length of embedment. Complete all tie bar testing prior to starting repair 29 work. All activities related to pullout testing and corrective measures shall be at the 30 Contractor’s expense. 31 3. Deformed reinforcing bars: Install new deformed reinforcing steel bars matching the 32 size and spacing specified in the plans or details in the contract document. Comply 33 with ACI 318 for minimum lap of spliced bars where not specified on the Drawings. 34 Provide and place supports to securely hold the new reinforcing steel in place. 35 4. Dowel bars: Place dowel bars as shown on the details in the contract document or 36 plans for jointly reinforced concrete pavement (JRCP). Provide and place supports to 37 securely hold the dowel bars in place. The spacing between transverse joints shall not 38 exceed 15 feet. 39 5. After installing the required reinforcing steel, place the concrete directly onto the 40 properly compacted base. Mix, place, cure, and test the concrete according to the 41 City’s concrete paving specification, Section 32 13 13 – Concrete Paving. Broom-42 finish the surface unless otherwise indicated in the plans or details in the contract 43 document. 44 6. Perform a timely saw-cut at transverse contraction joints for JRCP in accordance 45 with City specification, Section 32 13 13 – Concrete Paving. 46 7. Clean and seal transverse contraction joints with an approved sealant in accordance 47 with City specification, Section 32 13 13 – Concrete Paving. 48 32 01 29 - 7 CONCRETE PAVING REPAIR Page 7 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 8. Ensure the new pavement matches with the grade and alignment of existing concrete 1 pavement. 2 9. Concrete pavement may be opened to traffic when specified strength is achieved. 3 Unless the pavement is required to be open to traffic within 72 hours, use a standard 4 concrete mix instead of a high-early strength (HES) concrete mix. The use of HES 5 concrete during the summer, when ambient temperatures are high, can result in 6 excessive heat of hydration and premature pavement distress due to thermal cracking. 7 It may also lead to increased drying shrinkage, particularly near the surface. Proper 8 curing of HES mixes is essential to minimize map cracking caused by large 9 temperature gradients and high evaporation rates. 10 3.5 CONCRETE SPALL REPAIR 11 A. Description 12 1. Repair spalling and partial-depth failures in concrete pavement using Type VIII 13 epoxy that meets ASTM C 881 Type I or IV, rapid-set concrete that meets DMS-14 4655, “Concrete Repair Materials,” Type “B.”, or approved concrete mix designs 15 B. Spall category 16 1. Spalls are categorized based on severity of damage. Type of repair material and 17 installation procedures differ based on spall category. Spalls are categorized as 18 minor, intermediate, or major based on severity. Spall repair materials and methods 19 differ significantly depending on the spall depth, area, causes, and configurations. 20 Contractor shall use TxDOT procedure to perform spall repair. 21 a. Minor Spalls 22 1) Damage is less than 1 inch deep, and it covers an area less than 12 square 23 inches 24 2) Use epoxy or epoxy mortar that is formulated for concrete repair to repair 25 minor spalls 26 3) Use materials from TxDOT’s preapproved list for Type VIII epoxy. 27 Contractors may use other materials only if specifically authorized by the 28 City in writing. 29 b. Intermediate spall 30 1) Use only TxDOT pre-approved materials meeting the requirements of 31 DMS-4655, “Concrete Repair Materials.” 32 2) Form-and-pour materials are typically the best option in pavement 33 applications because they can be extended with coarse aggregate, which 34 significantly reduces the potential for shrinkage cracking. 35 c. Major Spall 36 1) Major spalls typically involve deep repairs to members in which capacity 37 has been reduced because of damage and deterioration. The repair is meant 38 to restore the capacity of the damaged concrete. Use approved mix designs 39 to repair major spalls. 40 3.6 CONCRETE CRACK REPAIR 41 A. Repair cracks in concrete pavement by epoxy injection, gravity filling, routing and 42 sealing, or surface sealing. 43 32 01 29 - 8 CONCRETE PAVING REPAIR Page 8 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 B. Concrete cracks as narrow as 0.002 inches can be injected with epoxy resin. However, it 1 is often difficult to effectively fill cracks that are narrower than 0.005 inches. It is 2 important to use a crack gauge to get accurate readings on crack widths. Contractors shall 3 use TxDOT crack sealing procedures to perform crack repairs. 4 C. Pressure-inject TxDOT Type IX low-viscosity epoxy resin (ASTM C 881 Type IV, 5 Grade 1) into concrete cracks to restore structural integrity of damaged members or to 6 prevent water and chloride infiltration. 7 D. Use TxDOT approved Type V or VII concrete epoxy adhesive for sealing the surface of 8 cracks. 9 3.7 REPAIR/RESTORATION [NOT USED] 10 3.8 RE-INSTALLATION [NOT USED] 11 3.9 FIELD QUALITY CONTROL [NOT USED] 12 3.10 SYSTEM STARTUP [NOT USED] 13 3.11 ADJUSTING [NOT USED] 14 3.12 CLEANING [NOT USED] 15 3.13 CLOSEOUT ACTIVITIES [NOT USED] 16 3.14 PROTECTION [NOT USED] 17 3.15 MAINTENANCE [NOT USED] 18 3.16 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A – Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair 2.2.C.1 – Changed to Class P to Class H 6/13/25 M Owen 1.2 Update price and payment procedures 1.3 Added reference standards 3.4 Added Full Depth Concrete Pavement Panel Replacement section 3.5 Added concrete Spall Repair section 3.6 Added Concrete Crack Repair Section 21 32 11 23 - 1 FLEXIBLE BASE COURSES Page 1 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 SECTION 32 11 23 FLEXIBLE BASE COURSES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the square yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP – Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): 32 11 23 - 2 FLEXIBLE BASE COURSES Page 2 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. 32 11 23 - 3 FLEXIBLE BASE COURSES Page 3 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 Table 1 Material Requirements Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) Tex-110-E 2-1/2 in. – 0 1-3/4 in. 0 0–10 7/8 in. 10–35 – 3/8 in. 30–50 – No. 4 45–65 45–75 No. 40 70–85 60–85 Liquid limit, % max.1 Tex-104-E 35 40 PlastiCity index, max.1 Tex-106-E 10 12 Wet ball mill, % max.2 Tex-116-E 40 45 Wet ball mill, % max. increase passing the No. 40 sieve 20 20 Classification3 Tex-117-E 1.0 1.1–2.3 Min. compressive strength3, psi lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. 32 11 23 - 4 FLEXIBLE BASE COURSES Page 4 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on-site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non-uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non-uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General 32 11 23 - 5 FLEXIBLE BASE COURSES Page 5 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction 1. General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling 32 11 23 - 6 FLEXIBLE BASE COURSES Page 6 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. 32 11 23 - 7 FLEXIBLE BASE COURSES Page 7 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3.4.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 32 11 29 - 1 LIME TREATED BASE COURSES Page 1 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 SECTION 32 11 29 LIME TREATED BASE COURSES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 23 23 - Borrow 4. Section 32 11 23 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrated Lime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated Lime used to prepare slurry at the job site. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per ton of Hydrated Lime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 2. Commercial Lime Slurry a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry multiplied by the weight of the slurry in tons delivered. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per ton of Commercial Lime Slurry. c. The price bid shall include: 1) Furnishing the material 32 11 29 - 2 LIME TREATED BASE COURSES Page 2 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 2) All freight involved 3) All unloading, storing, and handling 3. Quicklime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. Measurement for Quicklime in slurry form shall be measured by the ton (dry weight) of the Quicklime used to prepare the slurry. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per ton of Quicklime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 4. Lime Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area as established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Lime Treatment applied for: a) Various depths c. The price bid shall include: 1) Preparing the roadbed 2) Loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 4) Performing all manipulations required 1.3 REFERENCES A. Definitions 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS – grade of “pebble” quicklime suitable for use in the preparation of slurry for wet placing. b. Grade S – finely graded quicklime for use only in the preparation of slurry for wet placing. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): 32 11 29 - 3 LIME TREATED BASE COURSES Page 3 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) b. D6938, Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) 3. Texas Department of Transportation (TXDOT): a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND STORAGE A. Truck Delivered Lime 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to the site. 1.11 SITE CONDITIONS A. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water 32 11 29 - 4 LIME TREATED BASE COURSES Page 4 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 b. solids portion of the mixture when considered as a basis of “solids content,” shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Table 2 Lime Chemical Requirements Hydrated Lime Commercial Lime Slurry Quicklime Total “active” lime content, percent by weight 90.0 Min 87.0 Min Unhydrated lime content, percent by weight CaO 5.0 Max 87.0 Min “Free Water” content, percent by weight water 5.0 Max b. Physical Requirements Table 3 Lime Physical Requirements Hydrated Lime Commercial Lime Slurry Quicklime Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve 0.2 Max 0.2 Max 8.0 Max1 Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 3/4 –in sieve 10.0 Max Retained on a No. 100 sieve Grade Ds – 80 Min Grade S – no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max1 1 The amount total ”active” lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original quicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry 32 11 29 - 5 LIME TREATED BASE COURSES Page 5 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 Grade 1 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 23, for the type and grade shown on the Drawings, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Borrow: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. 32 11 29 - 6 LIME TREATED BASE COURSES Page 6 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 3. Storage Facility a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 5. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times, and uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to depth as shown in the Drawings. D. Application of Lime 1. Uniformly apply lime as shown on the Drawings or as directed. 2. Add lime at the percentage specified in Drawings. 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5. Slurry Placement a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, commercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the Drawings 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing 1. Begin mixing within 6 hours of application of lime. 32 11 29 - 7 LIME TREATED BASE COURSES Page 7 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free from all clods and lumps. 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 6. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. 7. Allow the mixture to cure for 72 hours or as directed by City. 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 9. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 11. After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 5. Table 5 Gradation Requirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 F. Compaction 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content. c. Multiple lifts are permitted when shown on the Drawings or approved. d. Bring each layer to the moisture content directed. 2. Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. 32 11 29 - 8 LIME TREATED BASE COURSES Page 8 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. 3. Reworking a Section a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. H. Finishing 1. After completing compaction of the final course, clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. I. Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement 32 11 29 - 9 LIME TREATED BASE COURSES Page 9 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Table 6 Minimum Curing Requirements Before Placing Subsequent Courses1 Untreated Material Curing (Days) PI d 35 2 PI > 35 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In-place depth will be evaluated for each 500-foot roadway section 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 32 11 33 - 1 CEMENT TREATED BASE COURSES Page 1 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 SECTION 32 11 33 1 CEMENT TREATED BASE COURSES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes 5 1. Treating subgrade, subbase and base courses by the pulverization, addition of 6 cement (or CEM-LIMETM), mixing and compacting the mix material to the required 7 density. 8 2. Item applies to the natural ground, embankment, existing pavement, base or 9 subbase courses placed and shall conform to the typical section, lines and grades 10 shown on the Drawings. 11 3. For asphalt pavement pulverization projects, CEM-LIMETM (or approved equal) 12 may be used, in lieu of cement, for subgrade soils with high plasticity index 13 (plasticity index (PI) of 15 or above). 14 4. The procedures and methods outlined in this spec for cement applies to CEM-15 LIMETM except that CEM-LIMETM needs to be applied using the slurry method. 16 5. If the existing asphalt is milled off exposing the subgrade soil, the stabilizing agent 17 may need to be lime, in lieu of cem-lime, for soils with high PI 18 B. Deviations from City of Fort Worth Standards 19 1. None 20 C. Related Specification Sections include but are not necessarily limited to 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 22 2. Division 1 - General Requirements 23 3. Section 32 11 23 - Flexible Base Courses 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A.Measurement and Payment 26 1. Cement 27 a. Measurement 28 1) Measurement for this Item shall be by the ton (dry weight). 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under “Measurement” will be paid for at the unit 32 price bid per ton (dry weight) of Cement. 33 c. The price bid shall include: 34 1) Furnishing Cement material 35 2) All freight involved 36 3) All unloading, storing and handling 37 2. CEM-LIMETM 38 a. Measurement 39 1) Measurement for this Item shall be by the ton (dry weight). 40 b. Payment 41 32 11 33 - 2 CEMENT TREATED BASE COURSES Page 2 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 1) The work performed and materials furnished in accordance with this Item 1 and measured as provided under “Measurement” will be paid for at the unit 2 price bid per ton (dry weight) of CEM-LIMETM (or approved equal). 3 c. The price bid shall include: 4 1) Furnishing CEM-LIMETM 5 2) All freight involved 6 3) All unloading, storing and handling 7 3. Cement Treatment 8 a. Measurement 9 1) Measurement for this Item shall be by the square yard of surface area. 10 2) The dimensions for determining the surface area are established by the 11 widths shown on the Drawings and the lengths measured at placement. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under “Measurement” will be paid for at the unit 15 price bid per square yard of Cement Treatment placed for: 16 a) Various depths 17 c. The price bid shall include: 18 1) Pulverizing or providing the soil material 19 2) Handling, hauling and spreading dry or slurry cement 20 3) Mixing the cement with the soil either in-place or in a mixing plant 21 4) Furnishing, hauling and mixing water with the soil-cement mixture 22 5) Spreading and shaping the mixture; compacting the mixture, including all 23 rolling required for compaction 24 6) Surface finishing 25 7) Water and sprinkling 26 8) Curing 27 1.3 REFERENCES 28 A.Reference Standards 29 1. Reference standards cited in this specification refer to the current reference standard 30 published at the time of the latest revision date logged at the end of this 31 specification, unless a date is specifically cited. 32 2. ASTM International (ASTM): 33 a. C150, Standard Specification for Portland Cement 34 b. C595, Standard Specification for Blended Hydraulic Cements 35 c. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil 36 Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 37 3. Texas Department of Transportation (TxDOT) 38 a. Tex-101-E, Preparing soil and flexible base materials for testing 39 b. Tex-140-E, Measuring thickness of paving layers 40 32 11 33 - 3 CEMENT TREATED BASE COURSES Page 3 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 1.5 ACTION SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A.Truck Delivered Cement 8 1. Each truck ticket shall bear the weight of cement measured on certified scales. 9 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 10 delivery of cement to the site. 11 1.11 FIELD [SITE] CONDITIONS 12 A.Start cement application only when the air temperature is at least 35 degrees F and rising 13 or is at least 40 degrees F. 14 B. Measure temperature in the shade away from artificial heat. 15 C. Suspend application when the City determines that weather conditions are unsuitable. 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 19 2.2 MATERIALS 20 A.General 21 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 22 the Drawings and specifications. 23 2. Notify the City of the proposed material sources and of changes to material sources. 24 3. Obtain verification from the City that the specification requirements are met before 25 using the sources. 26 4. The City may sample and test project materials at any time before compaction. 27 B. Cement: ASTM C150 or ASTM C595 Type I, II, IL or IP. 28 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 29 11 23 for the type and grade shown on the Drawings, before the addition of cement. 30 D.Water: Furnish water free of industrial wastes and other objectionable material. 31 32 11 33 - 4 CEMENT TREATED BASE COURSES Page 4 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A.Shape existing material in accordance with applicable bid items to conform to typical 7 sections shown on the Drawings and as directed. 8 3.4 INSTALLATION 9 A.General 10 1. Produce a completed course of treated material containing: 11 a. Uniform Portland cement mixture, free from loose or segregated areas 12 b. Uniform density and moisture content 13 c. Well bound for full depth 14 d. With smooth surface and suitable for placing subsequent courses 15 2. Maximum layer depth of cement treatment in single layer: 8 inches. 16 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, 17 compact and finish in equal layers not exceeding 5 inches deep. 18 B. Equipment 19 1. Provide machinery, tools, and equipment necessary for proper execution of the 20 work. 21 2. Rollers 22 a. The Contractor may use any type of roller to meet the production rates and 23 quality requirements of the Contract unless otherwise shown on the Drawings or 24 directed. 25 b. When specific types of equipment are required, use equipment that meets the 26 specified requirements. 27 c. Alternate Equipment 28 1) Instead of the specified equipment, the Contractor may, as approved, 29 operate other compaction equipment that produces equivalent results. 30 2) Discontinue the use of the alternate equipment and furnish the specified 31 equipment if the desired results are not achieved. 32 d. City may require Contractor to substitute equipment if production rate and 33 quality requirements of the Contract are not met. 34 3. Slurry Equipment 35 a. Use slurry tanks equipped with agitation devices for cement application. 36 b. The City may approve other slurrying methods. 37 c. Provide a pump for agitating the slurry when the distributor truck is not 38 equipped with an agitator. 39 4. Pulverization Equipment 40 a. Provide pulverization equipment that: 41 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 42 plane to a uniform surface over the entire width of the cut 43 32 11 33 - 5 CEMENT TREATED BASE COURSES Page 5 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 2) Provides a visible indication of the depth of cut at all times 1 3) Uniformly mixes the materials 2 C. Pulverization 3 1. Pulverize or scarify existing material after shaping so that 100 percent by dry 4 weight passes a 1-inch sieve, and 80 percent by dry weight passes a No. 4 sieve 5 exclusive of gravel or stone retained in sieves. 6 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2-7 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or 8 stone retained in sieves. 9 D.Cement Application 10 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 11 specified on the Drawings 12 a. CEM-LIMETM shall be applied using the slurry method. 13 2. If a bulk cement spreader is used, position by string lines or other approved method 14 during spreading to insure a uniform distribution of cement. 15 3. Apply to an area that all the operations can be continuous and completed in daylight 16 within 6-hours of initial application. 17 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of 18 soil and cement during dry-mixing operations 19 5. Do not exceed the specified optimum moisture content for the soil and cement 20 mixture. 21 6. No equipment, except that used in the spreading and mixing, allowed to pass over 22 the freshly spread cement until it is mixed with the soil. 23 E. Mixing 24 1. Thoroughly mix the material and cement using approved equipment. 25 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free 26 from all clods and lumps. 27 3. Keep mixture within moisture tolerances throughout the operation. 28 4. Spread and shape the completed mixture in a uniform layer. 29 5. After mixing, the City shall sample the mixture at roadway moisture and test in 30 accordance with Tex 101 E, Part III, to determine compliance with the gradation 31 requirements in Table 1. 32 Table 1 33 Gradation Requirements Minimum % Passing 34 Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 F. Compaction 35 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for 36 its full depth. 37 2. Compact material to at least 95-percent of the maximum density as determined by 38 ASTM D698. 39 32 11 33 - 6 CEMENT TREATED BASE COURSES Page 6 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 3. At the start of compaction, the percentage of moisture in the mixture and in un-1 pulverized soil lumps shall be less than the quantity which shall cause the soil-2 cement mixture to become unstable during compaction and finishing. 3 4. When the uncompacted soil-cement mixture is wetted by rain so that the average 4 moisture content exceeds the tolerance given at the time of final compaction, the 5 entire section shall be reconstructed in accordance with this specification at the sole 6 expense of the Contractor. 7 5. The specified optimum moisture content and density shall be determined in the 8 field on the representative samples of soil-cement mixture obtained from the area 9 being processed. 10 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 11 7. Begin compaction after mixing and after gradation and moisture requirements have 12 been met. 13 8. Begin compaction at the bottom and continue until the entire depth of the mixture is 14 uniformly compacted. 15 9. Uniformly compact the mixture to the specified density within 2-hours. 16 10. After the soil and cement mixture is compacted uniformly apply water as needed 17 and thoroughly mix in. 18 11. Reshape the surface to the required lines, grades and cross section and then lightly 19 scarify to loosen any imprint left by the compacting or shaping equipment. 20 G.Maintenance 21 1. Maintain the soil-cement treatment in good condition from the time it first starts 22 work until all work shall is completed. 23 2. Maintenance includes immediate repairs of any defect that may occur after the 24 cement is applied. 25 3. Maintenance work shall be done by the Contractor at the Contractor’s expense and 26 repeated as often as necessary to keep the area continuously intact. 27 4. Repairs are to be made in such a manner as to insure restoration of a uniform 28 surface for the full depth of treatment. 29 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 30 least 2 inches, filling the area with treated material and compacting. 31 6. Remedy any low area of subbase or base shall by replacing the material for the full 32 depth of subbase or base treatment rather than adding a thin layer of stabilized 33 material to the completed work. 34 H.Finishing 35 1. After completing compaction of the final course, clip, skin, or tight-blade the 36 surface of the cement-treated material with a maintainer or subgrade trimmer to a 37 depth of approximately 1/4 inch. 38 2. Remove loosened material and dispose of at an approved location. 39 3. Roll the clipped surface immediately with a pneumatic tire roller adding small 40 increments of moisture as needed and until a smooth surface is attained. 41 4. Add small amounts of water as needed during rolling. Shape and maintain the 42 course and surface in conformity with the typical sections, lines, and grades shown 43 on the Drawings or as directed. 44 32 11 33 - 7 CEMENT TREATED BASE COURSES Page 7 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 5. Surface compaction and finishing shall proceed in such a manner as to produce, in 1 not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose 2 material, conforming to the drawn grade and line shown on the Drawings. 3 6. After the final layer or course of the cement modified soil has been compacted, it 4 shall be brought to the required lines and grades in accordance with the typical 5 sections. 6 7. The completed section shall then be finished by rolling with a pneumatic tire or 7 other suitable roller sufficiently to create micro cracking. 8 I. Curing 9 1. General 10 a. Cure for at least 48 hours. 11 b. Maintain the moisture content during curing at no lower than 2 percentage 12 points below optimum. 13 2. Curing method depends on finished pavement type: 14 a. Concrete pavement: 15 1) Sprinkle with water 16 2) Maintain moisture during curing 17 3) Do not allow equipment on the finished course during curing except as 18 required for sprinkling, unless otherwise approved. 19 b. Asphalt Pavement: 20 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 21 2) Do not allow equipment on the finished course during curing 22 3. Begin paving operations or add courses within 14 calendar days of final compaction 23 of the cement treated base. 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FIELD QUALITY CONTROL 27 A.Density Test 28 1. City Project Representative must be on site during density testing 29 2. City to measure density of cement treated base course in accordance with ASTM 30 D6938. 31 3. Spacing directed by City (1 per block minimum). 32 4. City Project Representative determines density testing locations. 33 B. Depth Test 34 1. Take minimum of one core per 500 linear feet per each direction of travel 35 staggering test location in each lane to determine in-place depth. 36 2. City Project Representative determines depth testing locations. 37 32 11 33 - 8 CEMENT TREATED BASE COURSES Page 8 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 9 Revision Log DATE NAME SUMMARY OF CHANGE 3-11-2022 Zelalem Arega 1.3.A.2, 2.2.B – Added ASTM C595 – Type IL Cement 6-10-2022 M Owen 1.1 A. – Added alternative of using CEM-LIME TM in areas with high PI 1.2 A. – Added Measurement and Payment section for CEM-LIMETM 3.4 D. – Added clarification re: slurry application for CEM-LIMETM 3.4 I. 3. – Clarified time limits between application and paving 10 32 11 37 - 1 LIQUID SOIL STABILIZER Page 1 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Version August 21, 2015 SECTION 32 11 37 LIQUID SOIL STABILIZER PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Add-mixture, cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the gallon of Liquid Treated Soil Stabilizer. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per gallon of Liquid Treated Soil Stabilizer. 3. The price bid shall include: a. Furnishing all the liquid stabilizer products b. Finishing c. Mixing d. Equipment e. Curing f. Hauling g. Disposal 32 11 37 - 2 LIQUID SOIL STABILIZER Page 2 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Version August 21, 2015 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Containers 1. Must be stored and handled in closed, weatherproof containers until immediate distribution. 2. Must have adequate protection from theft, flooding or damage. 1.11 FIELD [SITE] CONDITIONS A. Soil Environment 1. Liquid Soil Stabilizer may be used in soil environments with plasticity indexes of 20 or greater. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. City Approved Products 1. Roadbond EN 1 Soil Stabilizer or approved equivalent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Mix Design 1. The Design Engineer will designate a cement/add-mixture content that will produce a stabilized mixture that meets the strength requirement. The Engineer will determine the compressive strength of the proposed materials in accordance with Tex-120-E, Part 1. 32 11 37 - 3 LIQUID SOIL STABILIZER Page 3 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Version August 21, 2015 2. The mix will not include more than 50% asphalt concrete. For bidding purposes an 8” Depth Cement Treated Base requires 0.0075 GA/SY or 128SY/GA. 3.4 INSTALLATION A. General 1. Uniformly place cement dry or as a slurry. Uniformly distribute Liquid Soil Stabilizer and apply only on an area where the mixing, compacting, and finishing operations can be completed during the same working day. 2. Do not start treatment operation unless the air temperature is at the minimum application temperature and rising. The temperature will be taken in the shade and way from artificial heat. Do not apply when, in the opinion of the Engineer, weather conditions are unsuitable. B. Dry Placing 1. Before applying cement, sprinkle the prepared roadway with diluted add- mixture Liquid Soil Stabilizer until the desired quantity of diluted add- mixture Liquid Soil Stabilizer is evenly distributed over the area to be treated. If necessary, continue to sprinkle the treated area with water until optimum moisture content is attained. Distribute the required quantity of dry cement with approved equipment, at a uniform rate. Minimize scattering of cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable t adjacent property owners. C. Slurry Placing 1. Sprinkle the prepared roadway with diluted add-mixture Liquid Soil Stabilizer uniformly by making successive passes over a measured section of the roadway until the desired quantity of diluted add-mixture Liquid Soil Stabilizer is evenly distributed over the area to be treated. Mix the required quantity of cement with water, adjusting the amount of water in order to account for the moisture placed on the roadway with the add- mixture Liquid Soil Stabilizer as it relates to optimum moisture, as approved. Produce slurry free of objectionable materials and with a consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and not longer than 30 minutes after placement of the add-mixture Liquid Soil Stabilizer, and when the roadway is at a moisture content drier than optimum. Dispense and spread slurry uniformly by making successive passes over a measured section of the roadway at the rate directed until the required cement content is attained. D. Mixing 1. Thoroughly mix the material, add-mixture Liquid Soil Stabilizer and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated materials during the mixing operation, as directed, to maintain optimum mixing moisture. Spread and shape the completed mixture in a uniform layer. 32 11 37 - 4 LIQUID SOIL STABILIZER Page 4 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Version August 21, 2015 2. The Engineer will obtain a sample of the material at roadway moisture and remove all non-slaking aggregates retained on a 3/4-in. sieve. The remainder of the mixture must meet the pulverization requirements of Table 1 when tested in accordance with Tex-101-E, Part III. When shown on the plans or approved by the engineer, the pulverization requirement may be waived when the material contains a substantial amount of aggregate. E. Compaction 1. Compact the mixture in one lift using ordinary compaction or density control, as shown on the plans. Complete compaction within 2 hours after the application of the add-mixture Liquid Soil Stabilizer. 2. Sprinkle the treated material in accordance with Item 204, “Sprinkling”. Adjust the moisture content of the mixture during compaction so that it is within 2.0 percentage points of optimum as determined by Test Method Tex-120-E, Part II. Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-103-E. Adjust operations if required. 3. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On super-elevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 miles per hour, as directed. F. Ordinary Compaction 1. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and re-compacting. G. Finishing 1. Immediately after completing compaction, clip, skin, or tight-blade the surface of the add-mixture Liquid Soil Stabilization/cement treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines and grades shown on the plans or as directed. In areas where surfacing is to be placed, trim grade deviations greater than 1/4 in. in cross section and 1/4 in. in 16 ft. measured longitudinally for the entire width of the cross-section. Remove excess material, reshape, and roll with a pneumatic tire roller. If material is more than 1/4 in. low, correct as directed. Do not surface patch. H. Curing 32 11 37 - 5 LIQUID SOIL STABILIZER Page 5 of 5 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Version August 21, 2015 1. Maintain the moisture content of the finished section at no lower than 2 percentage points below optimum by sprinkling or by applying an asphalt material at the rate of 0.05 to 0.20 gallons per square yard as directed, until a subsequent course or pavement is placed or as otherwise directed. Do not allow equipment on the finished course except as required to complete curing, unless otherwise approved. At least 3 days of curing are required before opening the finished section to traffic, unless otherwise shown on the plans or directed. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Density Control 1. Compact to meet at least 95% of optimum density as determined in accordance with Tex-120-E, Part II. The Engineer will determine roadway density in accordance with Test Method Tex-115-E and will verify strength in accordance with Tex-120-E, Part II. Remove and replace material that does not meet density requirements and compact and test replacement material in accordance with density control methods. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE - 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 SECTION 32 13 20 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Concrete sidewalks 6 2. Driveways 7 3. Barrier free ramps 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 02 41 13 - Selective Site Demolition 14 4. Section 32 13 13 - Concrete Paving 15 5. Section 32 13 73 - Concrete Paving Joint Sealants 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Concrete Sidewalk 19 a. Measurement 20 1) Measurement for this Item shall be by the square foot of completed and 21 accepted Concrete Sidewalk in its final position for various: 22 a) Thicknesses 23 b) Types 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under “Measurement” will be paid for at the unit 27 price bid per square foot of Concrete Sidewalk. 28 c. The price bid shall include: 29 1) Excavating and preparing the subgrade 30 2) Furnishing and placing all materials 31 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall 32 33 2. Concrete Curb at Back of Sidewalk (6 to 12-inch max) 34 a. Measurement 35 1) Measurement for this Item shall be by the linear foot of completed and 36 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12-inch curb 37 height at back of walk in its final position. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under “Measurement” will be paid for at the unit 41 price bid per linear foot of Concrete Curb at the Back of Sidewalk. 42 - 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 c. The price bid shall include: 1 1) Excavating and preparing the subgrade 2 2) Furnishing and placing all materials, including concrete and reinforcing 3 steel 4 3) Excavation in back of “retaining” curb 5 4) Furnishing, placing, and compacting backfill 6 3. Concrete Driveway 7 a. Measurement 8 1) Measurement for this Item shall be by the square foot of completed and 9 accepted Concrete Driveway in its final position for various: 10 a) Thicknesses 11 b) Types 12 2) Dimensions will be taken from the back of the projected curb, including the 13 area of the curb radii and will extend to the limits specified in the Drawings. 14 3) Sidewalk portion of drive will be included in driveway measurement. 15 4) Curb on drive will be included in the driveway measurement. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 and measured as provided under “Measurement” will be paid for at the unit 19 price bid per square foot of Concrete Driveway. 20 c. The price bid shall include: 21 1) Excavating and preparing the subgrade 22 2) Furnishing and placing all materials 23 3) Temporary asphalt transition at width shown on plans (typically 9 inches) 24 when the pavement adjacent to the driveway will be improved 25 26 4. Barrier Free Ramps 27 a. Measurement 28 1) Measurement for this Item shall be per each Barrier Free Ramp completed 29 and accepted for various: 30 a) Types 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under “Measurement” will be paid for at the unit 34 price bid per each “Barrier Free Ramp” installed. 35 c. The price bid shall include: 36 1) Excavating and preparing the subgrade 37 2) Furnishing and placing all materials 38 3) Curb Ramp 39 4) Landing and detectable warning surface as shown on the Drawings 40 5) Adjacent flares or side curb 41 6) Concrete gutter width along ramp opening 42 7) Doweling into adjacent concrete pavement, if applicable 43 1.3 REFERENCES 44 A. Abbreviations and Acronyms 45 1. TAS – Texas Accessibility Standards 46 2. TDLR – Texas Department of Licensing and Regulation 47 B. Reference Standards 48 - 3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 1. Reference standards cited in this Specification refer to the current reference 1 standard published at the time of the latest revision date logged at the end of this 2 Specification, unless a date is specifically cited. 3 2. American Society for Testing and Materials (ASTM) 4 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 5 Construction (Non-extruding and Resilient Types) 6 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 7 Standard Effort (12,400 ft-lbf/ft3) 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Mix Design: submit for approval. Section 32 13 13. 12 B. Product Data: submit product data and sample for pre-cast detectable warning for barrier 13 free ramp. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD CONDITIONS 19 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 23 2.2 EQUIPMENT AND MATERIALS 24 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the 25 finished work. 26 B. Concrete: see Section 32 13 13. 27 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 28 class for concrete sidewalks, driveways and barrier free ramps is shown in the 29 following table: 30 Standard Classes of Pavement Concrete 31 Class of Concrete1 Minimum Cementitious, Lb./CY 28 Day Min. Compressive Strength2 psi Maximum Water/ Cementitious Ratio Course Aggregate Maximum Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. 32 - 4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 1 bars at 18 inches on-center-both-ways at the center plane of all slabs, unless 2 otherwise shown on the Drawings or detailed specifications. 3 D. Joint Filler 4 1. Wood Filler: see Section 32 13 13. 5 2. Pre-Molded Asphalt Board Filler 6 a. Use only in areas where not practical for wood boards. 7 b. Pre-molded asphalt board filler: ASTM D545. 8 c. Install the required size and uniform thickness and as specified in Drawings. 9 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 10 mixture of asphalt and vegetable fiber and/or mineral filler. 11 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Excavation: Excavation required for the construction of sidewalks, driveways and 20 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 21 established by the City. 22 2. Fine Grading 23 a. The Contractor shall do all necessary filling, leveling and fine grading required 24 to bring the subgrade to the exact grades specified and compacted to at least 90 25 percent of maximum density as determined by ASTM D698. 26 b. Moisture content shall be within minus 2 to plus 4 of optimum. 27 c. Any over-excavation shall be repaired to the satisfaction of the City. 28 B. Demolition / Removal 29 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 30 3.4 INSTALLATION 31 A. General 32 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 33 2. Sidewalks constructed in driveway approach sections shall have a minimum 34 thickness equal to that of driveway approach or as called for by Drawings and 35 specifications within the limits of the driveway approach. 36 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 37 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 38 The construction of the driveway approach shall include the variable height radius 39 curb or a pan driveway approach in accordance with the Drawings. 40 - 5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 4. All pedestrian facilities shall comply with provisions of TAS including location, 1 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 2 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 3 separate pay). 4 B. Forms: Forms shall be securely staked to line and grade and maintained in a true position 5 during the depositing of concrete. 6 C. Reinforcement: see Section 32 13 13. 7 D. Concrete Placement: see Section 32 13 13. 8 E. Finishing 9 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 10 even surface. 11 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 12 3. Provide exposed aggregate finish for driveways and sidewalks if specified. 13 4. Edge joints and sides shall with suitable tools. 14 F. Joints 15 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 16 using redwood. 17 2. Expansion joints shall be placed at intervals ten times the width of the sidewalk. 18 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 19 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 20 Similar material shall be placed around all obstructions protruding into or through 21 sidewalks or driveways. 22 4. All expansion joints shall be 1/2 inch in thickness. 23 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 24 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 25 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 26 marking tool. Saw cutting of joints to the required depth may be desirable on wider 27 sidewalks and is acceptable if approved by the City 28 7. When sidewalk is against the curb, expansion joints shall be spaced to match those 29 in the curb, possibly in addition to the required spacing above. 30 G. Barrier Free Ramp 31 1. Furnish and install red color detectable warning surface included in Standard 32 Product List, or approved equal. 33 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 34 of pedestrian travel, and extend to the limit of the width of the curb ramp (exclusive 35 of flares), the landing or the blended transition. 36 3. Locate detectable warning surface so that the edge nearest the curb line is at the 37 extension of the back of the curb. 38 4. Detectable warning surface may be curved along the corner radius. 39 5. Install detectable warning surface according to manufacturer’s instructions. 40 - 6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 3.5 REPAIR/RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 – Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from . . . square foot of Concrete Sidewalk. to . . .each “Barrier Free Ramp” installed. June 5, 2018 M Owen Revised Measurement and Payment.section. April 29, 2021 M Owen 1.2 A. 4. c. Revise Barrier Free Ramp – Payment Section December 9, 2021 M Owen 1.2 A. 1.c. and 1.2 A. 3. c. Clarified what is included in bid items for sidewalk and driveway, respectively December 9, 2022 M Owen 3.4 G. Remove reference to specific DWS and referred to SPL, revised to clarify limit of DWS, and revised reference to back of curb for placement of DWS. 12 32 13 73 - 1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. 32 13 73 - 2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion-type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 32 13 73 - 3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. 32 13 73 - 4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack-free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 32 16 13 - 1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 SECTION 32 16 13 1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Curbs and Gutters 7 2. Concrete Valley Gutters 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 02 41 13 - Selective Site Demolition 14 4. Section 32 13 13 - Concrete Paving 15 5. Section 32 13 73 - Concrete Paving Joint Sealants 16 6. Section 32 11 23 – Flexible Base Courses 17 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Concrete Curb and Gutter 21 a. Measurement 22 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 23 Gutter. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under “Measurement” will be paid for at the unit 27 price bid per linear foot of Concrete Curb and Gutter complete and in place by 28 curb height. 29 c. The price bid shall include: 30 1) Excavation and preparing the subgrade, including placement of flexbase or 31 cement treated base under curb & gutter and 12” behind back of curb 32 2) Required excavation and backfill behind the curb 33 3) Removal and disposal of all excavated material 34 4) Furnishing and placing all materials, including foundation course, 35 reinforcing steel, and expansion material 36 5) Temporary asphalt transition at width shown on plans (typically 9 inches) 37 when the pavement adjacent to the curb & gutter will be improved 38 2. Concrete Valley Gutter 39 a. Measurement 40 32 16 13 - 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 1) Measurement for this Item shall be by the square yard of Concrete Valley 1 Gutter. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under “Measurement” will be paid for at the unit 5 price bid per square yard of Concrete Valley Gutter complete and in place for: 6 a) Various street types 7 c. The price bid shall include: 8 1) Required excavation 9 2) Preparing the subgrade, including placement of flexbase or stabilized 10 cement treated subgrade 11 3) Furnishing and placing all materials, including foundation course, 12 reinforcing steel, and expansion material 13 4) Temporary asphalt transition at width shown on plans (typically 9”) when 14 the pavement adjacent to the valley gutter will improved 15 3. Concrete Laydown Curb 16 a. Measurement 17 1) Measurement for this Item shall be by the linear foot of Concrete Laydown 18 Curb, when crossing on-street parking or parking lots. 19 2) Laydown Curb pay item is not to be used when crossing driveways or 20 alleys. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under “Measurement” will be paid for at the unit 24 price bid per linear foot of Concrete Laydown Curb complete and in place by 25 curb height. 26 c. The price bid shall include: 27 1) Excavation and preparing the subgrade, including placement of flexbase or 28 cement treated base under curb & gutter and 12” behind back of curb 29 2) Required excavation and backfill behind the curb 30 3) Removal and disposal of all excavated material 31 4) Furnishing and placing all materials, including foundation course, 32 reinforcing steel, and expansion material 33 5) Temporary asphalt transition at width shown on plans (typically 9 inches) 34 when the pavement adjacent to the curb & gutter will be improved 35 32 16 13 - 3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 1.3 REFERENCES [NOT USED] 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Weather Conditions: See Section 32 13 13. 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 13 2.2 EQUIPMENT AND MATERIALS 14 A. Forms: See Section 32 13 13. 15 B. Concrete: 16 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 17 class for concrete curb & gutter and valley gutter is shown in the following table: 18 19 Standard Classes of Pavement Concrete 20 Item Class of Concret e Minimum Cementitious , Lb./CY 28 Day Min. Compressiv e Strength psi Maximum Water/ Cementitiou s Ratio Course Aggregat e Maximu m Size, inch Curb & Gutte r A 470 3,000 0.58 1-1/2 Valle y Gutte r H 564 4,500 0.45 1-1/2 C. Reinforcement: See Section 32 13 13. 21 D. Joint Filler 22 32 16 13 - 4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 1. Wood Filler: see Section 32 13 13. 1 2. Pre-Molded Asphalt Board Filler 2 a. Use only in areas where not practical for wood boards 3 b. Pre-molded asphalt board filler: ASTM D545 4 c. Install the required size and uniform thickness and as specified in the Drawings. 5 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 6 mixture of asphalt and vegetable fiber and/or mineral filler. 7 E. Expansion Joint Sealant: See Section 32 13 73. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION [NOT USED] 13 3.3 PREPARATION 14 A. Demolition / Removal: See Section 02 41 13. 15 3.4 INSTALLATION 16 A. Forms 17 1. Extend forms the full depth of concrete. 18 2. Wood forms: minimum of 1-1/2 inches in thickness 19 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 20 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 21 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 22 rejected. 23 B. Reinforcing Steel 24 1. Place all necessary reinforcement for City approval prior to depositing concrete. 25 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 26 foreign substances. 27 3. Remove foreign substances from steel before placing. 28 4. Wire all bars at their intersections and at all laps or splices. 29 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 30 greater. 31 C. Concrete Placement 32 1. Deposit concrete to maintain a horizontal surface. 33 2. Work concrete into all spaces and around any reinforcement to form a dense mass 34 free from voids. 35 3. Work coarse aggregate away from contact with the forms 36 4. Hand-Laid Concrete – Curb and gutter 37 32 16 13 - 5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 a. Shape and compact subgrade to the lines, grades and cross section shown on the 1 Drawings. 2 b. Lightly sprinkle subgrade material immediately before concrete placement. 3 c. Deposit concrete into forms. 4 d. Shape the concrete to the required curb and gutter design and provide a brush 5 finish. 6 5. Machine-Laid Concrete – Curb and Gutter 7 a. Hand-tamp and sprinkle subgrade material before concrete placement. 8 b. Provide clean surfaces for concrete placement. 9 c. Place the concrete to correct line and grade with approved self-propelled 10 equipment. 11 d. Brush finish surfaces immediately after extrusion or slipforming. 12 6. Hand-Laid Concrete – Concrete Valley Gutter: See Section 32 13 13. 13 7. Expansion joints 14 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 15 intersection returns and other rigid structures. 16 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 17 pavement joints to a depth of 1-1/2 inches. 18 c. Place expansion joints at all intersections with concrete driveways, structures, 19 valley gutters, and existing curb and gutters. 20 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 21 depth of the concrete. 22 e. Make expansion joints perpendicular and at right angles to the face of the curb. 23 f. Neatly trim any expansion material extending above the surface of the finished 24 work. 25 g. Make expansion joints in the curb and gutter coincide with existing concrete 26 expansion joints. 27 h. Longitudinal dowels across the expansion joints in the curb and gutter are 28 required. 29 i. Install 3 - 1/2” round, smooth bars, 24 inches in length, for dowels at each 30 expansion joint. 31 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 32 provides a minimum of 1-inch free expansion. 33 k. Support dowels by an approved method. 34 D. Curing: see Section 32 13 13. 35 3.5 REPAIR/RESTORATION [NOT USED] 36 3.6 RE-INSTALLATION [NOT USED] 37 3.7 FIELD QUALITY CONTROL 38 A. Inspections 39 1. Steel reinforcement placement 40 2. Headed bolts and studs 41 3. Verification of use of required design mixture 42 4. Concrete placement, including conveying and depositing 43 5. Curing procedures and maintenance of curing temperature 44 32 16 13 - 6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to 1 ASTM C172 with the following requirements: 2 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each 3 concrete mixture exceeding 5 cubic yards, but less than 150 cubic yards, plus 1 set 4 for each additional 150 cubic yard or fraction thereof. 5 2. Slump: ASTM C143; 1 test at point of placement for each concrete sample, but not 6 less than 1 test for each day's pour of each concrete mixture. Perform additional 7 tests when concrete consistency appears to change. 8 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for 9 each sample, but not less than 1 test for each day's pour of each concrete mixture. 10 4. Concrete Temperature: ASTM C1064; 1 test for each concrete sample. 11 5. Compression Test Specimens: ASTM C31. 12 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 13 1) Do not transport field cast cylinders until they have cured for a 14 minimum of 24 hours. 15 6. Compressive-Strength Tests: ASTM C39; 16 a. Test 1 cylinder at 7 days. 17 b. Test 2 cylinders at 28 days. 18 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of 19 compressive-strength tests shall contain Project identification name and number, 20 date of concrete placement, name of concrete tester and inspector, location of 21 concrete batch in Work, design compressive strength at 28 days, concrete mixture 22 proportions and materials, compressive breaking strength, and type of break for 23 both 7- and 28-day tests. 24 8. Additional Tests: Additional tests of concrete shall be made when test results 25 indicate that slump, air entrainment, compressive strengths, or other City 26 specification requirements have not been met. The Lab Services division may 27 conduct or request tests to determine adequacy of concrete by cored cylinders 28 complying with ASTM C42 or by other methods as directed by the Project 29 Manager. 30 a. When the strength level of the concrete for any portion of the structure, as 31 indicated by cylinder tests, falls below the specified requirements, provide 32 improved curing conditions and/or adjustments to the mix design as required to 33 obtain the required strength. If the average strength of the laboratory control 34 cylinders falls so low as to be deemed unacceptable, follow the core test 35 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 36 approved by the Project Engineer. Core sampling and testing shall be at 37 Contractors expense. 38 b. If the results of the core tests indicate that the strength of the structure is 39 inadequate, any replacement, load testing, or strengthening as may be ordered by 40 the Project Engineer shall be provided by the Contractor without cost to the 41 City. 42 9. Additional testing and inspecting, at Contractor's expense, will be performed to 43 determine compliance of replaced or additional work with specified requirements. 44 10. Correct deficiencies in the Work that test reports and inspections indicate does not 45 comply with the Contract Documents. 46 3.8 SYSTEM STARTUP [NOT USED] 47 32 16 13 - 7 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 7 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 9, 2022 3.9 ADJUSTING [NOT USED] 1 3.10 CLEANING [NOT USED] 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type 10/05/2016 Z. Arega Added Subsection 2.2.B.1 and Subsection 3.7 12/09/2021 M Owen 1.2 A. 1. c. Clarified what price bid includes for curb & gutter 1..2 A. 2. d. Clarified what price bid includes for valley gutter 2.2 B. 1. Updated table: Valley gutter concrete shall meet hand poured concrete paving requirements 6/10/2022 M Owen 1.2 A. 1. C. Clarify that price for curb & gutter to include excavation and removal and disposal of excavated material 12/9/2022 M Owen 1.2 A. 3. Added Laydown Curb to measurement and payment section 9 32 17 23 - 1 PAVEMENT MARKINGS Page 1 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 SECTION 32 17 23 1 PAVEMENT MARKINGS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes: 5 1. Pavement Markings 6 a. Thermoplastic, hot-applied, spray (HAS) pavement markings 7 b. Thermoplastic, hot-applied, extruded (HAE) pavement markings 8 c. Preformed polymer tape 9 d. Preformed heat-activated thermoplastic tape 10 e. Preformed Contrast Markings 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 – General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A.Measurement and Payment 21 1. Pavement Markings 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under “Measurement” shall be paid for at the unit 27 price bid per linear foot of “Pvmt Marking” installed for: 28 a) Various Widths 29 b) Various Types 30 c) Various Materials 31 d) Various Colors 32 c. The price bid shall include: 33 1) Installation of Pavement Marking 34 2) Glass beads, when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing (when required) 38 2. Legends 39 a. Measurement 40 1) Measurement for this Item shall be per each Legend installed. 41 32 17 23 - 2 PAVEMENT MARKINGS Page 2 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 b. Payment 1 1) The work performed and materials furnished in accordance with this Item 2 shall be paid for at the unit price bid per each “Legend” installed for: 3 a) Various types 4 b) Various applications 5 c. The price bid shall include: 6 1) Installation of Pavement Marking 7 2) Glass beads, when required 8 3) Surface preparation 9 4) Clean-up 10 5) Testing 11 3. Preformed Thermoplastic – Contrast Markings 12 a. Measurement 13 1) Measurement for this Item shall be per linear foot of material placed or per 14 each for legend items 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 shall be paid for at the unit price bid per linear foot or per each for legends for 18 “Preformed Thermoplastic – Contract Markings” installed for: 19 a) Various Widths 20 b) Various Types 21 c) Various Applications 22 c. The price bid shall include: 23 1) Installation of Contrast Markings, including solid black and solid white or 24 yellow material as preformed 25 2) Railroad Legend shall include X and RR legend markings and three 24” 26 stop bars 27 3) Surface preparation 28 4) Clean-up 29 5) Testing 30 4. Raised Markers 31 a. Measurement 32 1) Measurement for this Item shall be per each Raised Marker installed. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 shall be paid for at the unit price bid per each “Raised Marker” installed for: 36 a) Various types 37 c. The price bid shall include: 38 1) Installation of Raised Markers 39 2) Surface preparation 40 3) Clean-up 41 4) Testing 42 5. Work Zone Tab Markers 43 a. Measurement 44 1) Measurement for this Item shall be per each Tab Marker installed. 45 b. Payment 46 1) The work performed and materials furnished in accordance with this Item 47 shall be paid for at the unit price bid per each “Tab Marker” installed for: 48 a) Various types 49 32 17 23 - 3 PAVEMENT MARKINGS Page 3 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 c. The price bid shall include: 1 1) Installation of Tab Work Zone Markers 2 6. Fire Lane Markings 3 a. Measurement 4 1) Measurement for this Item shall be per the linear foot. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under “Measurement” shall be paid for at the unit 8 price bid per linear foot of “Fire Lane Marking” installed. 9 c. The price bid shall include: 10 1) Surface preparation 11 2) Clean-up 12 3) Testing 13 7. Pavement Marking Removal 14 a. Measurement 15 1) Measure for this Item shall be per linear foot. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 and measured as provided under “Measurement” shall be paid for at the unit 19 price bid per linear foot of “Remove Pvmt Marking” performed for: 20 a) Various widths 21 c. The price bid shall include: 22 1) Removal of Pavement Markings 23 2) Clean-up 24 8. Raised Marker Removal 25 a. Measurement 26 1) Measurement for this Item shall be per each Pavement Marker removed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 shall be paid for at the unit price bid per each “Remove Raised Marker” 30 performed. 31 c. The price bid shall include: 32 1) Removal of each Marker 33 2) Disposal of removed materials 34 3) Clean-up 35 9. Legend Removal 36 a. Measurement 37 1) Measure for this Item shall be per each Legend removed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under “Measurement” shall be paid for at the unit 41 price bid per linear foot of “Remove Legend” performed for: 42 a) Various types 43 b) Various applications 44 c. The price bid shall include: 45 1) Removal of Pavement Markings 46 2) Clean-up 47 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 1.3 REFERENCES 1 A.Reference Standards 2 1. Reference standards cited in this Specification refer to the current reference 3 standard published at the time of the latest revision date logged at the end of this 4 Specification, unless a date is specifically cited. 5 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 6 a. Part 3, Markings 7 3. American Association of State Highway and Transportation Officials (AASHTO) 8 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 9 4. Federal Highway Administration (FHWA) 10 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 11 5. Texas Department of Transportation (TxDOT) 12 a. DMS-4200, Pavement Markers (Reflectorized) 13 b. DMS-4300, Traffic Buttons 14 c. DMS-8220, Hot Applied Thermoplastic 15 d. DMS-8240, Permanent Prefabricated Pavement Markings 16 e. DMS-8241, Removable Prefabricated Pavement Markings 17 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 SUBMITTALS 20 A.Submittals shall be in accordance with Section 01 33 00. 21 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 22 specials. 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING 28 A.Storage and Handling Requirements 29 1. The Contractor shall secure and maintain a location to store the material in 30 accordance with Section 01 50 00. 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS 34 2.1 OWNER-SUPPLIED PRODUCTS 35 A.New Products 36 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 37 32 17 23 - 5 PAVEMENT MARKINGS Page 5 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 2.2 MATERIALS 1 A.Manufacturers 2 1. Only the manufacturers as listed in the City’s Standard Products List will be 3 considered as shown in Section 01 60 00. 4 a. The manufacturer must comply with this Specification and related Sections. 5 2. Any product that is not listed on the Standard Products List is considered a 6 substitution and shall be submitted in accordance with Section 01 25 00. 7 B. Materials 8 1. Pavement Markings 9 a. Thermoplastic, hot applied, spray 10 1) Refer to Drawings and City Standard Detail Drawings for width of 11 longitudinal lines. 12 2) Product shall be especially compounded for traffic markings. 13 3) When placed on the roadway, the markings shall not be slippery when wet, 14 lift from pavement under normal weather conditions nor exhibit a tacky 15 exposed surface. 16 4) Cold ductility of the material shall permit normal road surface expansion 17 and contraction without chipping or cracking. 18 5) The markings shall retain their original color, dimensions and placement 19 under normal traffic conditions at road surface temperatures of 158 degrees 20 Fahrenheit and below. 21 6) Markings shall have uniform cross-section, clean edges, square ends and no 22 evidence of tracking. 23 7) The density and quality of the material shall be uniform throughout the 24 markings. 25 8) The thickness shall be uniform throughout the length and width of the 26 markings. 27 9) The markings shall be 95 percent free of holes and voids, and free of 28 blisters for a minimum of 60 days after application. 29 10) The material shall not deteriorate by contact with sodium chloride, calcium 30 chloride or other chemicals used to prevent roadway ice or because of the oil 31 content of pavement markings or from oil droppings or other effects of traffic. 32 11) The material shall not prohibit adhesion of other thermoplastic markings if, 33 at some future time, new markings are placed over existing material. 34 a) New material shall bond itself to the old line in such a manner that no 35 splitting or separation takes place. 36 12) The markings placed on the roadway shall be completely retroreflective 37 both internally and externally with traffic beads and shall exhibit uniform 38 retro-directive reflectance. 39 13) Traffic beads 40 a) Manufactured from glass 41 b) Spherical in shape 42 c) Essentially free of sharp angular particles 43 d) Essentially free of particles showing cloudiness, surface scoring or 44 surface scratching 45 e) Water white in color 46 f) Applied at a uniform rate 47 32 17 23 - 6 PAVEMENT MARKINGS Page 6 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 g) Meet or exceed Specifications shown in AASHTO Standard 1 Specification for Glass Beads Used in Pavement Markings, AASHTO 2 Designation: M 247-09. 3 b. Thermoplastic, hot applied, extruded 4 1) Product shall be especially compounded for traffic markings 5 2) When placed on the roadway, the markings shall not be slippery when wet, 6 lift from pavement under normal weather conditions nor exhibit a tacky 7 exposed surface. 8 3) Cold ductility of the material shall permit normal road surface expansion 9 and contraction without chipping or cracking. 10 4) The markings shall retain their original color, dimensions and placement 11 under normal traffic conditions at road surface temperatures of 158 degrees 12 Fahrenheit and below. 13 5) Markings shall have uniform cross-section, clean edges, square ends and no 14 evidence of tracking. 15 6) The density and quality of the material shall be uniform throughout the 16 markings. 17 7) The thickness shall be uniform throughout the length and width of the 18 markings. 19 8) The markings shall be 95 percent free of holes and voids, and free of 20 blisters for a minimum of 60 days after application. 21 9) The minimum thickness of the marking, as measured above the plane 22 formed by the pavement surface, shall not be less than 1/8 inch in the center 23 of the marking and 3/32 inch at a distance of ½ inch from the edge. 24 10) Maximum thickness shall be 3/16 inch. 25 11) The material shall not deteriorate by contact with sodium chloride, calcium 26 chloride or other chemicals used to prevent roadway ice or because of the oil 27 content of pavement markings or from oil droppings or other effects of traffic. 28 12) The material shall not prohibit adhesion of other thermoplastic markings if, 29 at some future time, new markings are placed over existing material. New 30 material shall bond itself to the old line in such a manner that no splitting or 31 separation takes place. 32 13) The markings placed on the roadway shall be completely retroreflective 33 both internally and externally with traffic beads and shall exhibit uniform 34 retro-directive reflectance. 35 14) Traffic beads 36 a) Manufactured from glass 37 b) Spherical in shape 38 c) Essentially free of sharp angular particles 39 d) Essentially free of particles showing cloudiness, surface scoring or 40 surface scratching 41 e) Water white in color 42 f) Applied at a uniform rate 43 g) Meet or exceed Specifications shown in AASHTO Standard 44 Specification for Glass Beads Used in Pavement Markings, AASHTO 45 Designation: M 247-09. 46 c. Preformed Polymer Tape 47 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 48 3M High Performance Tape Series 3801 ES, or approved equal. 49 d. Preformed Heat-Activated Thermoplastic Tape 50 32 17 23 - 7 PAVEMENT MARKINGS Page 7 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 1 mil preformed thermoplastic or approved equal. 2 2. Raised Markers 3 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 4 Control Devices. 5 b. Non-reflective markers shall be Type Y (yellow body) and Type W (white body) 6 round ceramic markers and shall meet or exceed the TxDOT Specification 7 DMS-4300. 8 c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification 9 DMS-4200 for high-volume retroreflective raised markers and be available in 10 the following types: 11 1) Type I-C, white body, 1 face reflects white 12 2) Type II-A-A, yellow body, 2 faces reflect amber 13 3) Type II-C-R, white body, 1 face reflects white, the other red 14 15 3. Work Zone Markings 16 a. Tabs 17 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 18 of TxDOT DMS-8242, “Temporary Flexible-Reflective Road Marker Tabs.” 19 2) Removable markings shall not be used to simulate edge lines. 20 3) No segment of roadway open to traffic shall remain without permanent 21 pavement markings for a period greater than 14 calendar days. 22 b. Raised Markers 23 1) All raised pavement markers shall meet the requirements of DMS-4200. 24 c. Striping 25 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS-26 8200. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL 29 A.Performance 30 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 31 the requirements detailed in the table below for a minimum of 30 calendar days. 32 Posted Speed (mph) ”30 35 – 50 •55 2-lane roads with centerline markings only (1) n/a 100 250 All other roads (2) n/a 50 100 (1) Measured at standard 30-m geometry in units of mcd/m2/lux. 33 (2) Exceptions: 34 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 35 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 36 long as the RRPMs are maintained so that at least 3 are visible from any position along that 37 line during nighttime conditions. 38 B. When continuous roadway lighting assures that the markings are visible, minimum 39 pavement marking retroreflectivity levels are not applicable. 40 32 17 23 - 8 PAVEMENT MARKINGS Page 8 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 PART 3 - EXECUTION 1 3.1 EXAMINATION [NOT USED] 2 3.2 PREPARATION 3 A.Pavement Conditions 4 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 5 markings and other forms of contamination. 6 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 7 curing membrane. 8 3. Pavement to which material is to be applied shall be completely dry. 9 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 10 minutes, no condensation develops on the underside of a 1 square foot piece of 11 clear plastic that has been placed on the pavement and weighted on the edges. 12 5. Equipment and methods used for surface preparation shall not damage the 13 pavement or present a hazard to motorists or pedestrians. 14 3.3 INSTALLATION 15 A.General 16 1. The materials shall be applied according to the manufacturer’s recommendations. 17 2. Markings and markers shall be applied within temperature limits recommended by 18 the material manufacturer, and shall be applied on clean, dry pavement having a 19 surface temperature above 50 degrees Fahrenheit. 20 3. Markings that are not properly applied due to faulty application methods or being 21 placed in the wrong position or alignment shall be removed and replaced by the 22 Contractor at the Contractor’s expense. If the mistake is such that it would be 23 confusing or hazardous to motorists, it shall be remedied the same day of 24 notification. Notification will be made by phone and confirmed by fax. Other 25 mistakes shall be remedied within 5 days of written notification. 26 4. When markings are applied on roadways open to traffic, care will be taken to 27 ensure that proper safety precautions are followed, including the use of signs, 28 cones, barricades, flaggers, etc. 29 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 30 6. Temperature of the material must be equal to the temperature of the road surface 31 before allowing traffic to travel on it. 32 B. Pavement Markings 33 1. Thermoplastic, hot applied, spray 34 a. This method shall be used to install and replace long lines – centerlines, lane 35 lines, edge lines, turn lanes, and dots. 36 b. Markings shall be applied at a 110-mil thickness. 37 c. Markings shall be applied at a 90-mil thickness when placed over existing 38 markings. 39 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 40 e. Typical setting time shall be between 4 minutes and 10 minutes depending upon 41 the roadway surface temperature and the humidity factor. 42 32 17 23 - 9 PAVEMENT MARKINGS Page 9 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 1 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 2 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 3 subparagraph 2.4.A.1 of this Specification. 4 2. Thermoplastic, hot applied, extruded 5 a. This method shall be used to install and replace crosswalks and stop-lines. 6 b. Markings shall be applied at a 125-mil thickness. 7 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 8 this Specification. 9 3. Preformed Polymer Tape 10 a. This method shall be used to install and replace crosswalks, stop-lines, and 11 legends. 12 b. The applied marking shall adhere to the pavement surface with no slippage or 13 lifting and have square ends, straight lines and clean edges. 14 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 15 this Specification. 16 4. Preformed Heat-Activated Thermoplastic Tape 17 a. This method shall be used to install and replace crosswalks, stop-lines, and 18 legends. 19 b. The applied marking shall adhere to the pavement surface with no slippage or 20 lifting and have square ends, straight lines and clean edges. 21 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 22 this Specification. 23 C. Raised Markers 24 1. All permanent raised pavement markers on Portland Cement roadways shall be 25 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 26 2. All permanent raised pavement markers on new asphalt roadways may be installed 27 with epoxy or bituminous adhesive. 28 3. A chalk line, chain or equivalent shall be used during layout to ensure that 29 individual markers are properly aligned. All markers shall be placed uniformly 30 along the line to achieve a smooth continuous appearance. 31 D.Work Zone Markings 32 1. Work shall be performed with as little disruption to traffic as possible. 33 2. Install longitudinal markings on pavement surfaces before opening to traffic. 34 3. Maintain lane alignment traffic control devices and operations until markings are 35 installed. 36 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 37 shown on the Drawings. 38 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 39 of a surface treatment, unless otherwise shown on the Drawings. 40 6. Place markings in proper alignment with the location of the final pavement 41 markings. 42 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 43 transverse lines. 44 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 1 from a distance of at least 160 feet in nighttime conditions, illuminated by low-2 beam automobile headlight. 3 9. The daytime and nighttime reflected color of the markings must be distinctly white 4 or yellow. 5 10. The markings must exhibit uniform retroreflective characteristics. 6 11. Epoxy adhesives shall not be used to work zone markings. 7 3.4 REMOVALS 8 1. Pavement Marking and Marker Removal 9 a. The industry’s best practice shall be used to remove existing pavement markings 10 and markers. 11 b. If the roadway is being damaged during the marker removal, Work shall be 12 halted until consultation with the City. 13 c. Removals shall be done in such a matter that color and texture contrast of the 14 pavement surface will be held to a minimum. 15 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 16 ¼ inch in depth resulting from the removal of pavement markings and markers. 17 Driveway patch asphalt emulsion may be broom applied to reseal damage to 18 asphaltic surfaces. 19 e. Dispose of markers in accordance with federal, state, and local regulations. 20 f. Use any of the following methods unless otherwise shown on the Drawings. 21 1) Surface Treatment Method 22 a) Apply surface treatment at rates shown on the Drawings or as directed. 23 Place a surface treatment a minimum of 2 feet wide to cover the existing 24 marking. 25 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 26 of 1 lane in width in areas where directional changes of traffic are 27 involved or in other areas as directed by the City. 28 2) Burn Method 29 a) Use an approved burning method. 30 b) For thermoplastic pavement markings or prefabricated pavement 31 markings, heat may be applied to remove the bulk of the marking material 32 prior to blast cleaning. 33 c) When using heat, avoid spalling pavement surfaces. 34 d) Sweeping or light blast cleaning may be used to remove minor residue. 35 3) Blasting Method 36 a) Use a blasting method such as water blasting, abrasive blasting, water 37 abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 38 blasting, or brush blasting as approved. 39 b) Remove pavement markings on concrete surfaces by a blasting method 40 only. 41 4) Mechanical Method 42 a) Use any mechanical method except grinding. 43 b) Flail milling is acceptable in the removal of markings on asphalt and 44 concrete surfaces. 45 2. If a location is to be paved over, no additional compensation will be allowed for 46 marking or marker removal. 47 32 17 23 - 11 PAVEMENT MARKINGS Page 11 of 11 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 10, 2022 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A.All lines must have clean edges, square ends, and be uniform cross-section. 4 B. The density and quality of markings shall be uniform throughout their thickness. 5 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 6 shall be free of blisters. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING 10 A.Contractor shall clean up and remove all loose material resulting from construction 11 operations. 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 6/10/22 M Owen 1.1 A and 1.2 A – Revised to address preformed “contrast” pavement markings 19 32 91 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised March 11, 2022 SECTION 32 91 19 1 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 1. Section Includes: 5 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 6 the Drawings within the Roadway Right-of ways (Roadway ROW includes 7 medians and parkways between the curb and property line. 8 2. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 3. Related Specification Sections include but are not necessarily limited to 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 1. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 17 2. Payment 18 a. The work performed and materials furnished in accordance with this Item and 19 measured as provided under “Measurement” w ill be paid for at the unit price 20 bid per cubic yard of in place/tamped Topsoil. 21 b. All excavation required by this Item in cut sections shall be measured in 22 accordance with provisions for the various excavation items involved with the 23 provision that excavation will be measured and paid for once, regardless of the 24 manipulations involved. 25 3. The price bid shall include: 26 a. Furnishing Topsoil 27 b. Loading 28 c. Hauling 29 d. Placing 30 1.3 REFERENCES [NOT USED] 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 ACTION SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 32 91 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised March 11, 2022 1.12 WARRANTY [NOT USED] 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED [OR ] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 MATERIALS 4 1. Topsoil 5 1. Use easily cultivated, fertile topsoil that: 6 a. Is free from objectionable material including subsoil, weeds, clay lumps, non-7 soil materials, roots, stumps or stones larger than 1.0 inches 8 b. Has a high resistance to erosion 9 c. Is able to support plant growth 10 2. Secure topsoil from approved sources. 11 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 12 available upon request. 13 4. pH: 5.5 to 8.5. 14 5. Liquid Limit: 50 or less 15 6. Plasticity Index: 20 or less 16 7. Gradation: maximum of 10 percent passing No. 200 sieve 17 2. Water: Clean and free of industrial wastes and other substances harmful to the growth 18 of vegetation 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 1. Finishing of Roadway Right-of-Ways 26 1. Smoothly shape right-of-ways, shoulders, slopes, and ditches. 27 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 28 adjacent to the roadway. 29 3. In the event that unsuitable material for right-of-ways is encountered, extend the 30 depth of excavation in the right-of-ways to 6 inches and backfill with minimum of 3 31 inches of topsoil. 32 4. Make standard right-of-ways grade perpendicular to and draining to the curb line. 33 a. Minimum: 1/4 inch per foot 34 b. Maximum: 4:1 35 c. City may approve variations from these requirements in special cases. 36 5. Whenever the adjacent property is lower than the design curb grade and runoff 37 drains away from the street, the right-of-ways grade must be set level with the top 38 of the curb. 39 32 91 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised March 11, 2022 6. The design grade from the right-of-ways extends to the back of the walk line. 1 7. From that point (behind the walk), the grade may slope up or down at maximum 2 slope of 4:1. 3 2. Placing of Topsoil 4 1. Spread the topsoil to a uniform loose cover at the thickness specified. 5 2. Place and shape the topsoil as directed. 6 a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or 7 other accepted method) and finish a minimum of 5 feet from all flatwork. 8 b. Ensure topsoil is free from objectionable material including subsoil, weeds, 9 clay lumps, non-soil materials, roots, stumps or stones larger than 1.0 inches 10 c. No additional topsoil should be added within the critical root zone of trees. 11 Tamp the topsoil with a light roller or other suitable equipment. 12 3.5 REPAIR/RESTORATION] [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 24 Revision Log DATE NAME SUMMARY OF CHANGE 3/11/2022 M Owen Revised title of specification and provided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation 25 32 92 13 - 1 SODDING Page 1 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 13, 2021 SECTION 32 92 13 1 SODDING 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod as shown on Drawings, or as directed. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 3. Section 31 10 00 – Site Clearing 13 4. Section 32 91 19 – Topsoil Placement and Finishing of Parkways 14 5. Section 32 84 23 - Irrigation 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Sod Placement 18 a. Measurement 19 1) Measurement for this Item shall be by the square yard of Sod complete in 20 place for uniform vegetative coverage. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under “Measurement” will be paid for at the unit 24 price bid per square yard of Sod placed. 25 c. The price bid shall include: 26 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as 27 described in section 3.3 Preparation 28 2) Furnishing and placing all sod (until established complete in place with no 29 gaps or overlaps) 30 3) Rolling and tamping 31 4) Watering (until established) 32 5) Fertilizer, if required by City to be determined by soil test 33 6) Disposal of surplus materials off site or as directed by City 34 7) Weed removal (until established) 35 8) Mowing of two cycles, beginning at thirty (30) days from installation or 36 when blade height is 4” or greater, whichever comes first 37 9) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 38 established) 39 d. Exceptions to c. include the following for areas to be turned over to adjacent 40 properties for maintenance: 41 32 92 13 - 2 SODDING Page 2 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 13, 2021 1) Sod shall be watered until turned over to adjacent property owner for 1 maintenance 2 2) Fertilization will not be required 3 3) Mowing not required for projects in areas where maintenance will be 4 immediately turned over to adjacent property owners 5 2. Mowing 6 a. Measurement 7 1) Measurement for this Item shall be per each for the project, beyond the two 8 (2) mow cycles included in sodding price, as approved and directed by the 9 City 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under “Measurement” will be paid for at the unit 13 price bid per each. 14 1.3 REFERENCES [NOT USED] 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 ACTION SUBMITTALS [NOT USED] 17 1.6 INFORMATIONAL SUBMITTALS 18 A. Certifications, Samples and Documentation 19 1. Certificates and/or labels and samples of sod, fertilizer, compost, soil amendments 20 and/or other materials, including a certificate from the vendor indicating sod is free 21 from weeds. 22 2. Delivery receipts and copies of invoices for materials used for this work shall be 23 subject to verification by the City 24 B. Exceptions 25 1. Certifications, samples and associated documentation will not be required for sod to 26 be turned over to adjacent property owner for maintenance 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Developer/contractor who plants material is responsible for the supervision of crew, the 31 site, and the maintenance of the material until the project is accepted by the City 32 1.10 DELIVERY, STORAGE, AND HANDLING 33 A. Sod 34 1. Protect from exposure to wind, sun and freezing. 35 2. Keep stacked sod moist, consistently throughout stack. 36 3. Sod upon delivery may be inspected by City 37 4. Harvesting and planting operations shall be coordinated with not more than seventy-38 two (72) hours elapsing between harvesting and placement, rolling, tamping, and 39 watering of sod. 40 B. Fertilizer, as determined by soil testing report provided to Contractor, if specifically 41 required by City for the project. 42 32 92 13 - 3 SODDING Page 3 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 13, 2021 1. Provide unopened bags labeled with the manufacturer’s guaranteed fertilizer 1 analysis. 2 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. 3 3. Provide to City application rate for which fertilizer will be applied. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Grading of site and installation of topsoil must be approved by City prior to application 6 of sod. 7 1.12 WARRANTY 8 A. Warranty Period: Until project acceptance or through required maintenance period, 9 whichever is longer duration of time. 10 B. Warrant sod against defects in product, installation and workmanship. 11 1. Exceptions include 12 a. When maintenance is transferred to the adjacent property owner during the 13 project or after project acceptance 14 b. Vandalism caused by persons other than contractor or subcontractors of this 15 project 16 c. Improper watering by persons other than contractor or subcontractors of this 17 project 18 d. Damage caused by vehicles or equipment other than contractor or 19 subcontractors of this project. 20 e. Sod that goes dormant after job acceptance 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 23 2.2 MATERIALS AND EQUIPMENT 24 A. Materials 25 1. Sod 26 a. Sod Varieties (match existing if applicable) 27 1) "Cynodon dactylon TIF419" or “TIFWAY” or “TIFTUF” (Bermudagrass 28 hybrid) 29 2) or an approved St. Augustine grass 30 3) or an approved Zoysia grass 31 b. Sod must contain stolons, leaf blades, rhizomes and roots as appropriate to 32 species. 33 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 34 foreign materials and weeds and grasses deleterious to its growth or which might 35 affect its subsistence or hardiness when transplanted. 36 1) Johnsongrass not allowed 37 2) Nutgrass not allowed 38 3) Millet not allowed 39 d. Sod shall have been produced on growing beds of clay or clay loam topsoil. 40 e. Sod must not be harvested or planted when its moisture condition is so 41 excessively wet or dry that its survival will be affected. 42 2. Minimum sod thickness: 1/2-inch minimum 43 32 92 13 - 4 SODDING Page 4 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 13, 2021 a. Maximum grass height: 2-inches 1 b. Dimensions 2 1) Machine cut to uniform soil thickness. 3 2) Sod is to be cut in strips 16-inches wide and 24-inches long or approved 4 equal. 5 3) Sod shall be of equal width and of a size that permits the sod to be lifted, 6 handled and rolled without breaking. 7 c. Broken or torn sod or sod with uneven ends shall be rejected. 8 d. Temporary Erosion Control or Over Seed of dormant sod– consist of the sowing 9 of cool season plant seed. Seed must be included between November 1 through 10 March 1 or as directed by the City. 11 12 13 Common Name Botanical Name Lbs./Acre broadcast method Lbs./Acre drilled seed method Elbon Rye Secale cereale 100-120 80-100 3. Fertilizer to be installed only as directed by City or as indicated in construction 14 documents 15 a. Determined by soil testing report 16 b. Acceptable condition for distribution per manufacturer’s instructions 17 c. Applied uniformly over sod area. Do not fertilize inside the dripline of trees, or 18 Tree Protection Area. 19 4. Topsoil: See Section 32 91 19. 20 5. Water: clean and free of industrial wastes or other substances harmful to the 21 germination of seed or to the growth of the vegetation. 22 2.3 ACCESSORIES 23 A. SOD PINS 24 1. Metal 25 2. Wood pegs 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION 30 A. City may examine site grading to ensure it conforms to approved drawings, prior to 31 installing sod. 32 1. City will notify Contractor if grading is to be inspected prior to sod installation. 33 2. If required for specific project, Contractor must coordinate inspection seventy-two 34 (72) hours prior to cutting of sod and delivery 35 B. Sod may be inspected by City upon delivery. 36 3.3 PREPARATION 37 A. Surface Preparation: clear surface of all material including the following and dispose of 38 off-site or as directed by City: 39 32 92 13 - 5 SODDING Page 5 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 13, 2021 1. Stumps, stones, and other objects larger than 1-inch. 1 2. Roots, brush, wire, stakes, etc. 2 3. Any objects that may interfere with sodding or maintenance. 3 B. Scarify Subgrade 4 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 5 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City approval 6 a. For tilled areas, use a heavy-duty disc or a chisel-type breaking plow, chisels 7 set not more than 10-inches apart. 8 b. Initial tillage shall be done in a crossing pattern for double coverage, then 9 followed by a disc harrow. Depth of tillage may be up to 3-inches. 10 c. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 11 seed/water run-off 12 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree Protection 13 Area, or canopy dripline. 14 C. Cleaning 15 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 16 and rock 1-inch and greater, and weeds. 17 2. Remove and dispose of debris off-site. 18 D. Fine Grading: 19 1. After scarifying or tilling and cleaning, all areas to be s odded shall have 3-inches of 20 topsoil placed, be leveled, fine graded by use of weighted spike and harrow, or float 21 drag, or hand grading to eliminate ruts, depressions, humps, and objectionable soil 22 clods. This shall be the final soil preparation step to be completed prior to 23 inspection before sodding. 24 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 25 3.4 INSTALLATION 26 A. General 27 1. Do not lay sod when ground is frozen. 28 2. Over-seeding with Elbon Rye shall be included from November 1 until March 1. 29 Refer to Section 32 92 14 “Seeding” for seed rates. 30 B. Installation 31 1. Plant sod specified after the area has been inspected and accepted by City for 32 planting 33 2. Scarify 2-inches of subgrade and place a minimum of 3-inches of topsoil per Section 34 32 91 19 on areas to receive sod. 35 3. Sod to be laid parallel to the contours in areas as specified. Sod to be laid 36 perpendicular to slopes greater than or equal to 4:1. 37 4. Use care to retain native soil on the roots of the sod during the process of excavating, 38 hauling and planting. 39 5. Keep sod material moist from the time it is dug until planted. Dry sod shall be 40 rejected. 41 6. Fill in slumped areas due to watering to keep sod moist. 42 32 92 13 - 6 SODDING Page 6 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 13, 2021 7. Place sod so that the entire area designated for sodding is covered with no gaps or 1 overlapping material 2 8. Fill voids left in the solid s odding with additional sod and tamp. 3 9. Stagger joints and seams. 4 10. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. 5 a. Use pedestrian mechanical process (no motorized vehicles / equipment). 6 b. Low spots, or settlement greater than 1-inch, that may cause tripping hazard 7 shall be leveled 8 c. Finished grade of sod shall be maximum 1-inch below adjacent edges including 9 curbs, drives, and walkways. 10 11. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm 11 earth in areas that may slide due to the height or slope of the surface or nature of the 12 soil. 13 C. Watering and Finishing 14 1. Water sod to a minimum depth of 4-inches immediately after placed and tamped and 15 rolled. 16 2. Generally, as recommended by the vendor 17 3. Water source shall be clean and free of industrial waste or other substances harmful 18 to the germination of the seed or growth of the vegetation. 19 4. Water until 100 percent green and established as defined in 3.13. Dormant sod must 20 be over-seeded as directed in 2.2 A.2.d. 21 3.5 REPAIR/RESTORATION [NOT USED] 22 3.6 RE-INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE 30 A. Sodding 31 1. Water and mow sod until completion and final acceptance of the Project or as 32 directed by the City. 33 2. Trim and maintain along edges including curbs, drives, and walkways with 34 maximum 1-inch surface elevation change. 35 3. Sod shall be rooted to scarified soil with continuous surface coverage with no gaps or 36 overlapping edges. 37 4. Includes protection, replanting, and maintaining grades with no settlement over 1-38 inch, and immediate repair of erosion damage until the project receives final 39 acceptance. 40 5. Sod shall not be considered finally accepted until the sod has started to peg down 41 (roots growing into the soil) and is free from dead blocks of sod. 42 32 92 13 - 7 SODDING Page 7 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 13, 2021 B. Acceptance 1 1. Sod shall be accepted once fully established. 2 a. Sodded area must have 100 percent ground coverage and a blade height of 3-3 inches with 2 mow cycles, minimum ten (10) days apart, performed by the 4 Contractor prior to consideration of acceptance by the City. 5 b. Grass shall be actively growing and free of disease and pests. 6 c. Ground surface to be smooth and free of foreign material and rock or clods 1-7 inch diameter and greater. 8 C. Replanting 9 1. Replant areas with dead blocks of sod (50 percent of individual block or greater). 10 D. Rejection 11 1. City may reject sod area based on the following items prior to final acceptance: 12 a. Weed populations 13 b. Poor installation including but not limited to gaps and/or overlapping sod 14 c. Disease and/or pests 15 d. Insufficient or over watering 16 e. Poor or improper maintenance 17 f. Soil settlement in excess of 1-inch. 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 21 Revision Log DATE NAME SUMMARY OF CHANGE May 13, 2021 M Owen Removed information and details regarding seed, native grasses and wildflowers. These items are addressed in new specification 32 92 14 and Parks specification for native grasses/wildflowers. Items pertaining to fertilizer throughout document updated to include soil testing. Remove and replace “block sod” with “sod” throughout document. Updated 1.2 payment measurement. 3.3 Preparation updated to reflect current industry tree care standards for root zone disturbance. 3.4 Installation added descriptions to clarify acceptable installation. 3.13 Maintenance added descriptions to clarify acceptance and rejection of sodded areas including growth, mow cycle and watering. Inserted exceptions associated with sod to be turned over to adjacent property owner. 22 32 93 43 - 1 TREES AND SHRUBS Page 1 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 SECTION 32 93 43 TREES AND SHRUBS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Tree and shrub planting and maintenance within street right-of-way and easements. 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 10 00 – Site Clearing 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Plant Tree a. Measurement 1) Measurement for this Item shall be per each by caliper inch. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each tree to be Planted by caliper inch. c. The price bid shall include: 1) Furnishing and installing trees 2) Hauling 3) Grading and backfilling 4) Excavation 5) Fertilization 6) Water 7) Removing and disposing of surplus material 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI): a. ANSI Z60.1, American Standard for Nursery Stock 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York. 32 93 43 - 2 TREES AND SHRUBS Page 2 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Tree data: Submit certification from supplier that each type of tree conforms to specification requirements. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Coordination 1. Coordinate with City Forester prior to beginning construction activities adjacent to or that will impact existing trees and shrubs. B. Qualifications 1. Landscaper specialized in landscape and planting work C. Substitutions 1. Not permitted unless approved by City when specified planting material is not obtainable a. Submit proof of non-availability together with proposal for use of equivalent material. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DELIVERY, STORAGE, AND HANDLING A. Do not remove container grown stock from containers before time of planting. B. Delivery and Acceptance Requirements 1. Ship trees with Certificates of Inspection as required by governing authorities. 2. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. 3. Use protective covering during delivery. 4. Deliver packaged materials in fully labeled original containers showing weight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Warranty Period: 12 months after job acceptance B. Warrant trees against defects including: 1. Death 32 93 43 - 3 TREES AND SHRUBS Page 3 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 2. Unsatisfactory growth 3. Loss of shape due to improper pruning, maintenance, or weather conditions C. Plumb leaning trees during warranty period. D. Remove and replace trees found to be dead during warranty period. E. Remove and replace trees which are in doubtful condition at end of warranty period, or when approved by City, extend warranty period for trees for full growing season. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least 2 years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hortus Third. c. All plants are to be grown and harvested in accordance with the American Standard for Nursery Stock. d. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree’s north orientation in the nursery for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. c. Crown shall be in good overall proportion to entire height of tree with branching configuration as recommended by ANSI Z60.1 for type and species specified. d. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standard for Nursery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. e. Where clump is specified, furnish plant having minimum of three stems originating from common base at ground line. f. Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure 32 93 43 - 4 TREES AND SHRUBS Page 4 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 b) Indicated calipers on Drawings are minimum c) Averaging of plant caliber: not permitted g. Trees shall conform to following requirements: 1) Healthy 2) Vigorous stock 3) Grown in recognized nursery 4) Free of: a) Disease b) Insects c) Eggs d) Larvae e) Defects such as: (1) Knots (2) Sun-scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. 4. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal a. Wrap 1) First quality 2) Bituminous impregnated tape 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist insect infestation b. Twine 1) Lightly tarred, medium-coarse sisal (lath) yarn 2) Do not use nails or staples to fasten wrapping c. Seal: Commercially available tree wound dressing specifically produced for use in sealing tree cuts and wounds 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior to installation, of location where trees that have been selected for planting may be inspected. B. Plant material will be inspected for compliance with following requirements. 1. Genus, species, variety, size and quality 32 93 43 - 5 TREES AND SHRUBS Page 5 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 2. Size and condition of balls and root systems, insects, injuries and latent defects PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant trees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13. 4. Layout individual trees at locations shown on Drawings. 5. In case of conflicts, notify City before proceeding with work. 6. Stake trees for City approval. B. Preparation of Planting Soil 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until amendments are pulverized and have become homogeneous layer of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following minimum widths: a. 15 gallon containers or larger, 2 feet wider than diameter of root ball b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 3. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. 5. When planting is delayed more than 6 hours after delivery a. Set trees and shrubs in shade. 32 93 43 - 6 TREES AND SHRUBS Page 6 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 b. Protect from weather and mechanical damage. c. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. 8. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to allow for mulching. 15. Mulch pits, trenches and planted areas. a. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level with adjacent finish grades. 17. Cover entire root ball. 18. Prune a. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches, double leaders, watersprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 1/4 of the branching structure be removed. Retain the normal shape of the plant. b. All pruning shall be completed using clean sharp tools. All cuts shall be clean and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs of specific pruning practices, tree paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint specifically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. 32 93 43 - 7 TREES AND SHRUBS Page 7 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 20. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or misformed stock resulting from improper pruning. 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake trees immediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective material at anytime during progress of work. B. Remove rejected trees immediately from site and replace with specified materials. C. Plant material not installed in accordance with these Specifications will be rejected. D. An inspection to determine final acceptance will be conducted by City at end of 12 month maintenance period. E. Warranty periods provided for in paragraph 1.12A. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be permitted. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. 3.13 MAINTENANCE A. Maintenance Period shall be 12 months after final acceptance. B. During the maintenance period if a work schedule and frequency are not shown on the Drawings, perform the minimum requirements shown below: 1. Water trees to full depth a minimum of once each week or as required to maintain healthy, vigorous growth. 32 93 43 - 8 TREES AND SHRUBS Page 8 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 2. Prune, cultivate, and weed as required for healthy growth. 3. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical position as required. 5. Restore or replace damaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon as it is determined no longer alive. Contractor is to maintain new plants as described above until growth is established and maintenance period expires unless waived by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A – Payment Items removed for tree removal and transplantation; these Items are to be performed in accordance with Section 31 10 00. 3.13.A – modified maintenance period to begin 12 months after final acceptance 3.13.B – Modified maintenance period requirements - 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 SECTION 33 05 10 1 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 – General Requirements 30 3. Section 02 41 13 – Selective Site Demolition 31 4. Section 02 41 15 – Paving Removal 32 5. Section 02 41 14 – Utility Removal/Abandonment 33 6. Section 03 30 00 – Cast-in-place Concrete 34 7. Section 03 34 13 – Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 – Site Clearing 36 9. Section 31 25 00 – Erosion and Sediment Control 37 10. Section 33 05 26 – Utility Markers/Locators 38 11. Section 34 71 13 – Traffic Control 39 - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 1.2 PRICE AND PAYMENT PROCEDURES 1 A. Measurement and Payment 2 1. Trench Excavation, Embedment and Backfill associated with the installation of an 3 underground utility or excavation 4 a. Measurement 5 1) This Item is considered subsidiary to the installation of the utility pipe line 6 as designated in the Drawings. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item are considered subsidiary to the installation of the utility pipe for the 10 type of embedment and backfill as indicated on the plans. No other 11 compensation will be allowed. 12 2. Imported Embedment or Backfill 13 a. Measurement 14 1) Measured by the cubic yard as delivered to the site and recorded by truck 15 ticket provided to the City 16 b. Payment 17 1) Imported fill shall only be paid when using materials for embedment and 18 backfill other than those identified in the Drawings. The work performed and 19 materials furnished in accordance with pre-bid item and measured as provided 20 under “Measurement” will be paid for at the unit price bid per cubic yard of 21 “Imported Embedment/Backfill” delivered to the Site for: 22 a) Various embedment/backfill materials 23 c. The price bid shall include: 24 1) Furnishing backfill or embedment as specified by this Specification 25 2) Hauling to the site 26 3) Placement and compaction of backfill or embedment 27 3. Concrete Encasement for Utility Lines 28 a. Measurement 29 1) Measured by the cubic yard per plan quantity. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under “Measurement” will be paid for at the unit 33 price bid per cubic yard of “Concrete Encasement for Utility Lines” per plan 34 quantity. 35 c. The price bid shall include: 36 1) Furnishing, hauling, placing and finishing concrete in accordance with 37 Section 03 30 00 38 2) Clean-up 39 4. Ground Water Control 40 a. Measurement 41 1) Measurement shall be lump sum when a ground water control plan is 42 specifically required by the Contract Documents. 43 b. Payment 44 1) Payment shall be per the lump sum price bid for “Ground Water Control” 45 including: 46 a) Submittals 47 b) Additional Testing 48 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 c) Ground water control system installation 1 d) Ground water control system operations and maintenance 2 e) Disposal of water 3 f) Removal of ground water control system 4 5. Trench Safety 5 a. Measurement 6 1) Measured per linear foot of excavation for all trenches that require trench 7 safety in accordance with OSHA excavation safety standards (29 CFR Part 8 1926 Subpart P Safety and Health regulations for Construction) 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under “Measurement” will be paid for at the unit 12 price bid per linear foot of excavation to comply with OSHA excavation 13 safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited 14 to, all submittals, labor and equipment. 15 6. Trench Water Stops 16 a. Measurement 17 1) Measured per each installed. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under “Measurement” will be paid for at the unit 21 price bid per each for “Trench Water Stops.” 22 c. The price bid shall include: 23 1) Excavation and disposal of material 24 2) Furnishing and placement controlled slow strength material (CLSM) 25 backfill or embedment as specified by this Specification and as shown on the 26 drawings 27 1.3 REFERENCES 28 A. Definitions 29 1. General – Definitions used in this section are in accordance with Terminologies 30 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 31 noted. 32 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 33 haunching bedding, springline, pipe zone and foundation are defined as shown in 34 the following schematic: 35 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 1 3. Deleterious materials – Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth – Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas – The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas – The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-24 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-24 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. C131/C131M-20 Standard Test Method for Resistance to Degradation of Small-19 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 20 d. ASTM C136-19 Test Method for Sieve Analysis of Fine and Coarse Aggregate 21 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 e. ASTM C535-16 Standard Test Method for Resistance to Degradation of Large-1 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 2 f. ASTM D448-12 Standard Classification for Sizes of Aggregate for Road and 3 Bridge Construction. 4 g. 5 h. ASTM D558/D558M-19 – Standard Test method for Moisture-Density 6 Relations of Soil-Cement Mixture 7 i. ASTM D698-12 Test Method for Laboratory Compaction Characteristics of Soil 8 Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 9 j. ASTM D1556/D1556M Standard Test Methods for Density and Unit Weight of 10 Soils in Place by Sand Cone Method. 11 k. ASTM D2321-10 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity-Flow Applications 13 l. ASTM 2487 – 1 Standard Classification of Soils for Engineering Purposes 14 (Unified Soil Classification System) 15 m. ASTM D2922 – Standard Test Methods for Density of Soils and Soil Aggregate 16 in Place by Nuclear Methods (Shallow Depth) 17 n. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in 18 place by Nuclear Methods (Shallow Depth) 19 o. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 20 Weight of Soils and Calculations of Relative Density 21 3. OSHA 22 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 23 Regulations for Construction, Subpart P - Excavations 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Utility Company Notification 27 a. Notify area utility companies at least 48 hours in advance, excluding weekends 28 and holidays, before starting excavation. 29 b. Request the location of buried lines and cables in the vicinity of the proposed 30 work. 31 B. Sequencing 32 1. Sequence work for each section of the pipe installed to complete the embedment 33 and backfill placement on the day the pipe foundation is complete. 34 2. Sequence work such that proctors are complete in accordance with ASTM D698 35 prior to commencement of construction activities. 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 B. All submittals shall be approved by the City prior to construction. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Shop Drawings 41 1. Provide detailed drawings and explanation for ground water and surface water 42 control, if required. 43 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 2. Trench Safety Plan in accordance with Occupational Safety and Health 1 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 2 Excavations 3 3. Stockpiled excavation and/or backfill material 4 a. Provide a description of the storage of the excavated material only if the 5 Contract Documents do not allow storage of materials in the right-of-way of the 6 easement. 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING 11 A. Storage 12 1. Within Existing Rights-of-Way (ROW) 13 a. Spoil, imported embedment and backfill materials may be stored within existing 14 ROW, easements or temporary construction easements, unless specifically 15 disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 31 25 00. 18 d. Store materials only in areas barricaded as provided in the traffic control plans. 19 e. In non-paved areas, do not store material on the root zone of any trees or in 20 landscaped areas. 21 2. Designated Storage Areas 22 a. If the Contract Documents do not allow the storage of spoils, embedment or 23 backfill materials within the ROW, easement or temporary construction 24 easement, then secure and maintain an adequate storage location. 25 b. Provide an affidavit that rights have been secured to store the materials on 26 private property. 27 c. Provide erosion control in accordance with Section 31 25 00. 28 d. Do not block drainage ways. 29 e. Only materials used for 1 working day will be allowed to be stored in the work 30 zone. 31 B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 32 1.11 FIELD [SITE] CONDITIONS 33 A. Existing Conditions 34 1. Any data which has been or may be provided on subsurface conditions is not 35 intended as a representation or warranty of accuracy or continuity between soils. It 36 is expressly understood that neither the City nor the Engineer will be responsible 37 for interpretations or conclusions drawn there from by the Contractor. 38 2. Data is made available for the convenience of the Contractor. 39 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 1.12 WARRANTY [NOT USED] 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 3 2.2 MATERIALS 4 A. Materials 5 1. Utility Sand 6 a. Granular and free flowing 7 b. Generally, meets or exceeds the limits on deleterious substances per Table 1 for 8 fine aggregate according to ASTM C 33 9 c. Reasonably free of organic material 10 d. Gradation: sand material consisting of durable particles, free of thin or elongated 11 pieces, lumps of clay, loam or vegetable matter and meets the following 12 gradation may be used for utility sand embedment/backfill 13 14 Sieve Size Percent Retained ½” 0 ¼” 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 15 e. The City has a pre-approved list of sand sources for utility embedment. The 16 pre-approved list can be found on the City website, Project Resources page. 17 The utility sand sources in the pre-approved list have demonstrated continued 18 quality and uniformity on City of Fort Worth projects. Sand from these sources 19 are pre-approved for use on City projects without project specific testing. 20 2. Crushed Rock 21 a. Durable crushed rock or recycled concrete 22 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 23 c. May be unwashed 24 d. Free from significant silt clay or unsuitable materials 25 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 26 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 27 sodium sulfate soundness per ASTM C88 28 3. Fine Crushed Rock 29 a. Durable crushed rock 30 b. Meets the gradation of ASTM D448 size numbers 8 or 89 31 c. May be unwashed 32 d. Free from significant silt clay or unsuitable materials. 33 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 34 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 35 sodium sulfate soundness per ASTM C88 36 4. Ballast Stone 37 - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 1 b. May be unwashed 2 c. Free from significant silt clay or unsuitable materials 3 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 4 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium 5 sulfate soundness per ASTM C88 6 5. Acceptable Backfill Material 7 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 8 ASTM D2487 9 b. Free from deleterious materials, boulders over 6 inches in size and organics 10 c. Can be placed free from voids 11 d. Must have 20 percent passing the number 200 sieve 12 6. Blended Backfill Material 13 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 14 b. Blended with in-situ or imported acceptable backfill material to meet the 15 requirements of an Acceptable Backfill Material 16 c. Free from deleterious materials, boulders over 6 inches in size and organics 17 d. Must have 20 percent passing the number 200 sieve 18 7. Unacceptable Backfill Material 19 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 20 D2487 21 8. Select Fill 22 a. Classified as SC or CL in accordance with ASTM D2487 23 b. Liquid limit less than 35 24 c. Plasticity index between 8 and 20 25 9. Cement Stabilized Sand (CSS) 26 a. Sand 27 1) Shall be clean, durable sand meeting grading requirements for fine 28 aggregates of ASTM C33 and the following requirements: 29 a) Classified as SW, SP, or SM by the United Soil Classification System 30 of ASTM D2487 31 b) Deleterious materials 32 (1) Clay lumps, ASTM C142, less than 0.5 percent 33 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 34 (3) Organic impurities, ASTM C40, color no darker than standard 35 color 36 (4) Plasticity index of 4 or less when tested in accordance with ASTM 37 D4318. 38 b. Minimum of 4 percent cement content of Type I/II Portland or Blended 39 hydraulic cement 40 c. Water 41 1) Potable water, free of soils, acids, alkalis, organic matter or other 42 deleterious substances, meeting requirements of ASTM C94 43 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 44 e. Strength 45 1) A minimum of 100 psi compressive strength at 7 days in accordance with 46 ASTM D1633, Method A 47 2) The maximum compressive strength in 7 days shall be 400 psi. 48 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 3) The material will be considered unacceptable and subject to removal and 1 replacement at contractor’s expense when the 7-day compressive strength is 2 less than 100 psi or more than 400 psi. 3 f. Random samples of delivered product will be taken in the field at point of 4 delivery for each day of placement in the work area. Specimens will be prepared 5 in accordance with ASTM D1632. 6 10. Controlled Low Strength Material (CLSM) 7 a. Conform to Section 03 34 13 8 11. Trench Geotextile Fabric 9 a. Soils other than ML or OH in accordance with ASTM D2487 10 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 11 2) Fibers shall retain their relative position 12 3) Inert to biological degradation 13 4) Resist naturally occurring chemicals 14 5) UV Resistant 15 6) Mirafi 140N by Tencate, or approved equal 16 b. Soils Classified as ML or OH in accordance with ASTM D2487 17 1) High-tenacity monofilament polypropylene woven yarn 18 2) Percent open area of 8 percent to10 percent 19 3) Fibers shall retain their relative position 20 4) Inert to biological degradation 21 5) Resist naturally occurring chemicals 22 6) UV Resistant 23 7) Mirafi FW402 by Tencate, or approved equal 24 12. Concrete Encasement 25 a. Conform to Section 03 30 00. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Verification of Conditions 32 1. Review all known, identified or marked utilities, whether public or private, prior to 33 excavation. 34 2. Locate and protect all known, identified and marked utilities or underground 35 facilities as excavation progresses. 36 3. Notify all utility owners within the project limits 48 hours prior to beginning 37 excavation. 38 4. The information and data shown in the Drawings with respect to utilities is 39 approximate and based on record information or on physical appurtenances 40 observed within the project limits. 41 5. Coordinate with the Owner(s) of underground facilities. 42 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 6. Immediately notify any utility owner of damages to underground facilities resulting 1 from construction activities. 2 7. Repair any damages resulting from the construction activities. 3 B. Notify the City immediately of any changed condition that impacts excavation and 4 installation of the proposed utility. 5 3.3 PREPARATION 6 A. Protection of In-Place Conditions 7 1. Pavement 8 a. Conduct activities in such a way that does not damage existing pavement that is 9 designated to remain. 10 1) Where desired to move equipment not licensed for operation on public 11 roads or across pavement, provide means to protect the pavement from all 12 damage. 13 b. Repair or replace any pavement damaged due to the negligence of the contractor 14 outside the limits designated for pavement removal at no additional cost to the 15 City. 16 2. Drainage 17 a. Maintain positive drainage during construction and re-establish drainage for all 18 swales and culverts affected by construction. 19 3. Trees 20 a. When operating outside of existing ROW, stake permanent and temporary 21 construction easements. 22 b. Restrict all construction activities to the designated easements and ROW. 23 c. Flag and protect all trees designated to remain in accordance with Section 31 10 24 00. 25 d. Conduct excavation, embedment and backfill in a manner such that there is no 26 damage to the tree canopy. 27 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 28 specifically allowed by the City. 29 1) Pruning or trimming may only be accomplished with equipments 30 specifically designed for tree pruning or trimming. 31 f. Remove trees specifically designated to be removed in the Drawings in 32 accordance with Section 31 10 00. 33 4. Above ground Structures 34 a. Protect all above ground structures adjacent to the construction. 35 b. Remove above ground structures designated for removal in the Drawings in 36 accordance with Section 02 41 13 37 5. Traffic 38 a. Maintain existing traffic, except as modified by the traffic control plan, and in 39 accordance with Section 34 71 13. 40 b. Do not block access to driveways or alleys for extended periods of time unless: 41 1) Alternative access has been provided 42 2) Proper notification has been provided to the property owner or resident 43 3) It is specifically allowed in the traffic control plan 44 c. Use traffic rated plates to maintain access until access is restored. 45 6. Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops 46 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 a. Notify the City’s Transportation Management Division a minimum of 48 hours 1 prior to any excavation that could impact the operations of an existing traffic 2 signal. 3 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 4 and detector loops. 5 c. Immediately notify the City’s Transportation Management Division if any 6 damage occurs to any component of the traffic signal due to the contractors 7 activities. 8 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 9 cabinets, conduit and detector loops as a result of the construction activities. 10 7. Fences 11 a. Protect all fences designated to remain. 12 b. Leave fence in the equal or better condition as prior to construction. 13 3.4 INSTALLATION 14 A. Excavation 15 1. Excavate to a depth indicated on the Drawings. 16 2. Trench excavations are defined as unclassified. No additional payment shall be 17 granted for rock or other in-situ materials encountered in the trench. 18 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 19 and bracing in accordance with the Excavation Safety Plan. 20 4. The bottom of the excavation shall be firm and free from standing water. 21 a. Notify the City immediately if the water and/or the in-situ soils do not provide 22 for a firm trench bottom. 23 b. The City will determine if any changes are required in the pipe foundation or 24 bedding. 25 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 26 excavation shall not advance beyond the pipe placement so that the trench may be 27 backfilled in the same day. 28 6. Over Excavation 29 a. Fill over excavated areas with the specified bedding material as specified for the 30 specific pipe to be installed. 31 b. No additional payment will be made for over excavation or additional bedding 32 material. 33 7. Unacceptable Backfill Materials 34 a. In-situ soils classified as unacceptable backfill material shall be separated from 35 acceptable backfill materials. 36 b. If the unacceptable backfill material is to be blended in accordance with this 37 Specification, then store material in a suitable location until the material is 38 blended. 39 c. Remove all unacceptable material from the project site that is not intended to be 40 blended or modified. 41 8. Rock – No additional compensation will be paid for rock excavation or other 42 changed field conditions. 43 B. Shoring, Sheeting and Bracing 44 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 1 specific excavation safety system in accordance with Federal and State 2 requirements. 3 2. Excavation protection systems shall be designed according to the space limitations 4 as indicated in the Drawings. 5 3. Furnish, put in place and maintain a trench safety system in accordance with the 6 Excavation Safety Plan and required by Federal, State or local safety requirements. 7 4. If soil or water conditions are encountered that are not addressed by the current 8 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 9 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 10 City. 11 5. Do not allow soil, or water containing soil, to migrate through the Excavation 12 Safety System in sufficient quantities to adversely affect the suitability of the 13 Excavation Protection System. Movable bracing, shoring plates or trench boxes 14 used to support the sides of the trench excavation shall not: 15 a. Disturb the embedment located in the pipe zone or lower 16 b. Alter the pipe’s line and grade after the Excavation Protection System is 17 removed 18 c. Compromise the compaction of the embedment located below the spring line of 19 the pipe and in the haunching 20 C. Water Control 21 1. Surface Water 22 a. Furnish all materials and equipment and perform all incidental work required to 23 direct surface water away from the excavation. 24 2. Ground Water 25 a. Furnish all materials and equipment to dewater ground water by a method which 26 preserves the undisturbed state of the subgrade soils. 27 b. Do not allow the pipe to be submerged within 24 hours after placement. 28 c. Do not allow water to flow over concrete until it has sufficiently cured. 29 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 30 Control Plan if any of the following conditions are encountered: 31 1) A Ground Water Control Plan is specifically required by the Contract 32 Documents 33 2) If in the sole judgment of the City, ground water is so severe that an 34 Engineered Ground Water Control Plan is required to protect the trench or the 35 installation of the pipe which may include: 36 a) Ground water levels in the trench are unable to be maintained below 37 the top of the bedding 38 b) A firm trench bottom cannot be maintained due to ground water 39 c) Ground water entering the excavation undermines the stability of the 40 excavation. 41 d) Ground water entering the excavation is transporting unacceptable 42 quantities of soils through the Excavation Safety System. 43 e. In the event that there is no bid item for a Ground Water Control and the City 44 requires an Engineered Ground Water Control Plan due to conditions discovered 45 at the site, the contractor will be eligible to submit a change order. 46 f. Control of ground water shall be considered subsidiary to the excavation when: 47 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 1) No Ground Water Control Plan is specifically identified and required in the 1 Contract Documents 2 g. Ground Water Control Plan installation, operation and maintenance 3 1) Furnish all materials and equipment necessary to implement, operate and 4 maintain the Ground Water Control Plan. 5 2) Once the excavation is complete, remove all ground water control 6 equipment not called to be incorporated into the work. 7 h. Water Disposal 8 1) Dispose of ground water in accordance with City policy or Ordinance. 9 2) Do not discharge ground water onto or across private property without 10 written permission. 11 3) Permission from the City is required prior to disposal into the Sanitary 12 Sewer. 13 4) Disposal shall not violate any Federal, State or local regulations. 14 D. Embedment and Pipe Placement 15 1. Water Lines less than, or equal to, 12 inches in diameter: 16 a. The entire embedment zone shall be of uniform material. 17 b. Utility sand shall be generally used for embedment. 18 c. If ground water is in sufficient quantity to cause sand to pump, then use crushed 19 rock as embedment. 20 1) If crushed rock is not specifically identified in the Contract Documents, 21 then crushed rock shall be paid by the pre-bid unit price. 22 d. Place evenly spread bedding material on a firm trench bottom. 23 e. Provide firm, uniform bedding. 24 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 25 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 26 proposed grade, unless specifically called for in the Drawings. 27 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 28 more than 12 inches, above the pipe. 29 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 30 the elevation of the valve nut. 31 j. Form all blocking against undisturbed trench wall to the dimensions in the 32 Drawings. 33 k. Compact embedment and initial backfill. 34 l. Place marker tape on top of the initial trench backfill in accordance with Section 35 33 05 26. 36 2. Water Lines 16-inches through 24-inches in diameter: 37 a. The entire embedment zone shall be of uniform material. 38 b. Utility sand may be used for embedment when the excavated trench depth is less 39 than 15 feet deep. 40 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 41 trench depths 15 feet, or greater. 42 d. Crushed rock shall be used for embedment for steel pipe. 43 e. Provide trench geotextile fabric at any location where crushed rock or fine 44 crushed rock come into contact with utility sand 45 f. Place evenly spread bedding material on a firm trench bottom. 46 g. Provide firm, uniform bedding. 47 1) Additional bedding may be required if ground water is present in the 48 trench. 49 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 2) If additional crushed rock is required not specifically identified in the 1 Contract Documents, then crushed rock shall be paid by the pre-bid unit price. 2 h. Place pipe on the bedding according to the alignment shown on the Drawings. 3 i. The pipe line shall be within: 4 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 5 lines 6 j. Place and compact embedment material to adequately support haunches in 7 accordance with the pipe manufacturer’s recommendations. 8 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 9 but not more than 12 inches, above the pipe. 10 l. Where gate valves are present, the initial backfill shall extend to up to the valve 11 nut. 12 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 13 ASTM D 698. 14 n. Density test performed by a commercial testing firm approved by the City to 15 verify that the compaction of embedment meets requirements. 16 o. Place trench geotextile fabric on top of the initial backfill. 17 p. Place marker tape on top of the trench geotextile fabric in accordance with 18 Section 33 05 26. 19 3. Water Lines 30-inches and greater in diameter 20 a. The entire embedment zone shall be of uniform material. 21 b. Crushed rock shall be used for embedment. 22 c. Provide trench geotextile fabric at any location where crushed rock or fine 23 crushed rock come into contact with utility sand. 24 d. Place evenly spread bedding material on a firm trench bottom. 25 e. Provide firm, uniform bedding. 26 1) Additional bedding may be required if ground water is present in the 27 trench. 28 2) If additional crushed rock is required which is not specifically identified in 29 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 30 price. 31 f. Place pipe on the bedding according to the alignment shown on the Drawings. 32 g. The pipe line shall be within: 33 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 34 h. Place and compact embedment material to adequately support haunches in 35 accordance with the pipe manufacturer’s recommendations. 36 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 37 not exceed the spring line prior to compaction. 38 j. Place remaining embedment, including initial backfill, to a minimum of 6 39 inches, but not more than 12 inches, above the pipe. 40 k. Where gate valves are present, the initial backfill shall extend to up to the valve 41 nut. 42 l. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 m. Density test may be performed by a commercial testing firm approved by the 45 City to verify that the compaction of embedment meets requirements. 46 n. Place trench geotextile fabric on top of the initial backfill. 47 o. Place marker tape on top of the trench geotextile fabric in accordance with 48 Section 33 05 26. 49 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 1 a. The entire embedment zone shall be of uniform material. 2 b. Crushed rock shall be used for embedment. 3 c. Place evenly spread bedding material on a firm trench bottom. 4 d. Spread bedding so that lines and grades are maintained and that there are no sags 5 in the sanitary sewer pipe line. 6 e. Provide firm, uniform bedding. 7 1) Additional bedding may be required if ground water is present in the 8 trench. 9 2) If additional crushed rock is required which is not specifically identified in 10 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 11 price. 12 f. Place pipe on the bedding according to the alignment shown in the Drawings. 13 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 14 the grade shown on the Drawings. 15 h. Place and compact embedment material to adequately support haunches in 16 accordance with the pipe manufacturer’s recommendations. 17 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 18 exceed the spring line prior to compaction. 19 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 20 but not more than 12 inches, above the pipe. 21 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 22 ASTM D 698. 23 l. Density test may be performed by a commercial testing firm approved by the 24 City to verify that the compaction of embedment meets requirements. 25 m. Place trench geotextile fabric on top of the initial backfill. 26 n. Place marker tape on top of the trench geotextile fabric in accordance with 27 Section 33 05 26. 28 5. Storm Sewer (RCP) 29 a. The bedding and the pipe zone up to the spring line shall be of uniform material. 30 b. Crushed rock shall be used for embedment up to the spring line. 31 c. The specified backfill material may be used above the spring line. 32 d. Place evenly spread bedding material on a firm trench bottom. 33 e. Spread bedding so that lines and grades are maintained and that there are no sags 34 in the storm sewer pipe line. 35 f. Provide firm, uniform bedding. 36 1) Additional bedding may be required if ground water is present in the 37 trench. 38 2) If additional crushed rock is required which is not specifically identified in 39 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 40 price. 41 g. Place pipe on the bedding according to the alignment of the Drawings. 42 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 43 the grade, shown on the Drawings. 44 i. Place embedment material up to the spring line. 45 1) Place embedment to ensure that adequate support is obtained in the haunch. 46 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 47 ASTM D 698. 48 k. Density test may be performed by a commercial testing firm approved by the 49 City to verify that the compaction of embedment meets requirements. 50 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 l. Place trench geotextile fabric on top of pipe and crushed rock. 1 6. Storm Sewer (PP - Polypropylene) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment up to top of pipe. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no sags 6 in the storm sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically 11 identified in the Contract Documents, then crushed rock shall be paid 12 by the pre-bid unit price. 13 f. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 15 the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer’s recommendations. 18 i. Compact the embedment and initial backfill to 95 percent Standard Proctor 19 ASTM D 698. 20 j. Density test may be performed by City to verify that the compaction of 21 embedment meets requirements. 22 k. Place trench geotextile fabric on top of the initial backfill. 23 7. Storm Sewer Reinforced Concrete Box 24 a. Crushed rock shall be used for bedding. 25 b. The pipe zone and the initial backfill shall be: 26 1) Crushed rock, or 27 2) Acceptable backfill material compacted to 95 percent Standard Proctor 28 density 29 c. Place evenly spread compacted bedding material on a firm trench bottom. 30 d. Spread bedding so that lines and grades are maintained and that there are no sags 31 in the storm sewer pipe line. 32 e. Provide firm, uniform bedding. 33 1) Additional bedding may be required if ground water is present in the 34 trench. 35 2) If additional crushed rock is required which is not specifically identified in 36 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 37 price. 38 f. Fill the annular space between multiple boxes with crushed rock, CLSM 39 according to 03 34 13. 40 g. Place pipe on the bedding according to the alignment of the Drawings. 41 h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the 42 grade, shown on the Drawings. 43 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 44 D698. 45 8. Water Services (Less than 2 Inches in Diameter) 46 a. The entire embedment zone shall be of uniform material. 47 b. Utility sand shall be generally used for embedment. 48 c. Place evenly spread bedding material on a firm trench bottom. 49 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 d. Provide firm, uniform bedding. 1 e. Place pipe on the bedding according to the alignment of the Plans. 2 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 3 9. Sanitary Sewer Services 4 a. The entire embedment zone shall be of uniform material. 5 b. Crushed rock shall be used for embedment. 6 c. Place evenly spread bedding material on a firm trench bottom. 7 d. Spread bedding so that lines and grades are maintained and that there are no sags 8 in the sanitary sewer pipe line. 9 e. Provide firm, uniform bedding. 10 1) Additional bedding may be required if ground water is present in the 11 trench. 12 2) If additional crushed rock is required which is not specifically identified in 13 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 14 price. 15 f. Place pipe on the bedding according to the alignment of the Drawings. 16 g. Place remaining embedment, including initial backfill, to a minimum of 6 17 inches, but not more than 12 inches, above the pipe. 18 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 19 i. Density test may be required to verify that the compaction meets the density 20 requirements. 21 E. Trench Backfill 22 1. At a minimum, place backfill in such a manner that the required in-place density 23 and moisture content is obtained, and so that there will be no damage to the surface, 24 pavement or structures due to any trench settlement or trench movement. 25 a. Meeting the requirement herein does not relieve the responsibility to damages 26 associated with the Work. 27 2. Backfill Material 28 a. Final backfill (not under existing pavement or future pavement) 29 1) Backfill with: 30 a) Acceptable backfill material 31 b) Blended backfill material, or 32 c) Select backfill material, CSS, or CLSM when specifically required 33 b. Final backfill depth 15 feet or greater (under existing or future pavement) 34 1) Backfill depth from 0 to15 feet deep 35 a) Backfill with: 36 (1) Acceptable backfill material 37 (2) Blended backfill material, or 38 (3) Select backfill material, CSS, or CLSM when specifically required 39 2) Backfill depth from 15 feet and greater 40 a) Backfill with: 41 (1) Select Fill 42 (2) CSS, or 43 (3) CLSM when specifically required 44 c. Backfill for service lines: 45 1) Backfill for water or sewer service lines shall be the same as the 46 requirement of the main that the service is connected to. 47 3. Required Compaction and Density 48 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 a. Final backfill (depths less than 15 feet/under existing or future pavement) 1 1) Compact acceptable backfill material, blended backfill material or select 2 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 3 moisture content within -2 to +5 percent of the optimum moisture. 4 2) CSS or CLSM requires no compaction. 5 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 6 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 7 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 8 moisture up to the final grade. 9 2) CSS or CLSM requires no compaction. 10 c. Final backfill (not under existing or future pavement) 11 1) Compact acceptable backfill material blended backfill material, or select 12 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 13 moisture content within -2 to +5 percent of the optimum moisture. 14 4. Saturated Soils 15 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 16 optimum moisture content, the soils are considered saturated. 17 b. Flooding the trench or water jetting is strictly prohibited. 18 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 19 Appendix, Contractor shall proceed with Work following all backfill procedures 20 outlined in the Drawings for areas of soil saturation greater than 5 percent. 21 d. If saturated soils are encountered during Work but not identified in Drawings or 22 Geotechnical Report in the Appendix: 23 1) The Contractor shall: 24 a) Immediately notify the City. 25 b) Submit a Contract Claim for Extra Work associated with direction from 26 City. 27 2) The City shall: 28 a) Investigate soils and determine if Work can proceed in the identified 29 location. 30 b) Direct the Contractor of changed backfill procedures associated with 31 the saturated soils that may include: 32 (1) Imported backfill 33 (2) A site specific backfill design 34 5. Placement of Backfill 35 a. Use only compaction equipment specifically designed for compaction of a 36 particular soil type and within the space and depth limitation experienced in the 37 trench. 38 b. Flooding the trench or water setting is strictly prohibited. 39 c. Place in loose lifts not to exceed 12 inches. 40 d. Compact to specified densities. 41 e. Compact only on top of initial backfill, undisturbed trench or previously 42 compacted backfill. 43 f. Remove any loose materials due to the movement of any trench box or shoring 44 or due to sloughing of the trench wall. 45 g. Install appropriate tracking balls for water and sanitary sewer trenches in 46 accordance with Section 33 05 26. 47 6. Backfill Means and Methods Demonstration 48 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 a. Notify the City in writing with sufficient time for the City to obtain samples and 1 perform standard proctor test in accordance with ASTM D698. 2 b. The results of the standard proctor test must be received prior to beginning 3 excavation. 4 c. Upon commencing of backfill placement for the project the Contractor shall 5 demonstrate means and methods to obtain the required densities. 6 d. Demonstrate Means and Methods for compaction including: 7 1) Depth of lifts for backfill which shall not exceed 12 inches 8 2) Method of moisture control for excessively dry or wet backfill 9 3) Placement and moving trench box, if used 10 4) Compaction techniques in an open trench 11 5) Compaction techniques around structure 12 e. Provide a testing trench box to provide access to the recently backfilled material. 13 f. The City will provide a qualified testing lab full time during this period to 14 randomly test density and moisture continent. 15 1) The testing lab will provide results as available on the job site. 16 7. Varying Ground Conditions 17 a. Notify the City of varying ground conditions and the need for additional 18 proctors. 19 b. Request additional proctors when soil conditions change. 20 c. The City may acquire additional proctors at its discretion. 21 d. Significant changes in soil conditions will require an additional Means and 22 Methods demonstration. 23 3.5 REPAIR [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD QUALITY CONTROL 26 A. Field Tests and Inspections 27 1. Proctors 28 a. The City will perform Proctors in accordance with ASTM D698. 29 b. Test results will generally be available to within 4 calendar days and distributed 30 to: 31 1) Contractor 32 2) City Project Manager 33 3) City Inspector 34 4) Engineer 35 c. Notify the City if the characteristic of the soil changes. 36 d. City will perform new proctors for varying soils: 37 1) When indicated in the geotechnical investigation in the Appendix 38 2) If notified by the Contractor 39 3) At the convenience of the City 40 e. Trenches where different soil types are present at different depths, the proctors 41 shall be based on the mixture of those soils. 42 2. Density Testing of Backfill 43 a. Density Tests shall be in conformance with ASTM D2922. 44 b. Provide a testing trench protection for trench depths in excess of 5 feet. 45 c. Place, move and remove testing trench protection as necessary to facilitate all 46 test conducted by the commercial testing firm approved by the City. 47 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 d. The commercial testing lab will perform moisture/density test for every 200-ft 1 or less of trench length, as measured along the length of the pipe. A minimum of 2 one test shall be performed for every 2 vertical feet of compacted backfill 3 material, independent of the contractor’s lift thickness for compaction. Test 4 locations shall be staggered within each lift so that successive lifts are not tested 5 in the same location. A random number generator may be used to determine test 6 locations. Moisture/density tests shall be performed at a depth not more than 2 7 feet above the top of the pipe bedding and in 2-foot increments up to the final 8 grade. The project inspector or project manager may request testing at an 9 increased frequency and/or at specific locations. 10 e. The contractor can proceed with subsequent earthwork only after test results for 11 previously completed work comply with requirements. If the required 12 compaction density has not been obtained, the backfill should be scarified and 13 moistened or aerated, or removed to a depth required, and be replaced with 14 approved backfill, and re-compacted to the specified density at the contractor’s 15 expense. In no case will excavation, pipe-laying, or other operation be allowed 16 to proceed until the specified compaction is attained. 17 f. The testing lab will provide results to Contractor and the City’s Inspector upon 18 completion of the testing. 19 g. A formal report will be posted to the City’s Accela (Developer Projects) and 20 BIM 360 (City Projects) site within 48 hours. 21 h. Test reports shall include: 22 1) Location of test by station number 23 2) Time and date of test 24 3) Depth of testing 25 4) Field moisture 26 5) Dry density 27 6) Proctor identifier 28 7) Percent Proctor Density 29 3. Density of Embedment 30 a. Storm sewer boxes that are embedded with acceptable backfill material, blended 31 backfill material, cement modified backfill material or select material will 32 follow the same testing procedure as backfill. 33 b. The City may test fine crushed rock or crushed rock embedment in accordance 34 with ASTM D2922 or ASTM 1556. 35 B. Non-Conforming Work 36 1. All non-conforming work shall be removed and replaced. 37 - 21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised June 13, 2025 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 – Added Item for Concrete Encasement for Utility Lines Various Sections – Revised Depths to Include 15’ and greater 3.3.A – Additional notes for pavement protection and positive drainage. 3.4.E.2 – Added requirements for backfill of service lines. 3.4.E.5 – Added language prohibiting flooding of trench 6/18/2013 D. Johnson 1.2.A.3 – Clarified measurement and payment for concrete encasement as per plan quantity 2.2.A – Added language for concrete encasement 11/09/16 Z. Arega 2.2.A.1.d Modify gradation for sand material 2/26/2021 Z. Arega 2.2 A. 1. E. - Added reference to pre-approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) 12/13/24 M Owen 1.3 B. – Updated reference standards 2.2 A. 9. b. – Clarified Portland or Blended hydraulic cement 2.2 A. 9. e. – Added limits for methods of CSS mixing and clarified testing values resulting in required replacement 6/13/25 M Owen Removed blue text guidance, as there are no required changes. 1.2 A. 6. Added water trench stop to M&P section. 9 33 05 26 - 1 UTILITY MARKERS/LOCATORS Page 1 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for “Utility Markers”. 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. 33 05 26 - 2 UTILITY MARKERS/LOCATORS Page 2 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width – 3 inch minimum 3) Weight – 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water lines 33 05 26 - 3 UTILITY MARKERS/LOCATORS Page 3 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 (1) Color – Blue (in accordance with APWA Uniform Color Code) (2) Legend – Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color – Purple (in accordance with APWA Uniform Color Code) (2) Legend – Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color – Green (in accordance with APWA Uniform Color Code) (2) Legend – Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color – Blue (in accordance with APWA Uniform Color Code) (2) Legend – Caution Potable Water Line Below b) Reclaimed water lines (1) Color – Purple (in accordance with APWA Uniform Color Code) (2) Legend – Caution Reclaimed Water Line Below c) Sewer lines (1) Color – Green (in accordance with APWA Uniform Color Code) (2) Legend – Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer’s recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: 33 05 26 - 4 UTILITY MARKERS/LOCATORS Page 4 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above-ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. 33 05 30 - 1 LOCATION OF EXISTING UTILITIES Page 1 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each “Exploratory Excavation for Existing Utilities” specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 33 05 30 - 2 LOCATION OF EXISTING UTILITIES Page 2 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each “Vacuum Excavation” specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called “D-Hole” within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication CI/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. 33 05 30 - 3 LOCATION OF EXISTING UTILITIES Page 3 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. 33 05 30 - 4 LOCATION OF EXISTING UTILITIES Page 4 of 4 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication CI/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 – Added Measurement of Payment for Vacuum Excavation 1.3 – Added Definitions 3.4 – Added requirements for Vacuum Excavation 33 11 05 - 1 BOLTS, NUTS, AND GASKETS Page 1 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 SECTION 33 11 05 BOLTS, NUTS, AND GASKETS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push-on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 04 10 – Joint Bonding and Electrical Isolation 4. Section 33 11 10 – Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all “Hydrocarbon Resistant Gaskets”. 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. 33 11 05 - 2 BOLTS, NUTS, AND GASKETS Page 2 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High-Strength Low-Alloy Carbon Structural Steel d. B117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association (AWWA): a. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile-Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41, Ductile-Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates 33 11 05 - 3 BOLTS, NUTS, AND GASKETS Page 3 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing 1. The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Regulatory Requirements 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. 33 11 05 - 4 BOLTS, NUTS, AND GASKETS Page 4 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 C. T-Bolts and Nuts 1. Standard Xylan Coated T-bolt and Nut a. High strength, corrosion-resistant, low-carbon weathering steel in accordance with AWWA/ANSI C111/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push-on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges 33 11 05 - 5 BOLTS, NUTS, AND GASKETS Page 5 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 a. Full face b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock d. Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Hydrocarbon Resistant Gaskets 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic, or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic-filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared “near white” or “white” when coated to the coating manufacturer’s recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. f. Coating shall conform to the performance requirements of ASTM B117, “Salt Spray Test” and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 33 11 05 - 6 BOLTS, NUTS, AND GASKETS Page 6 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly, tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of ½-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual M11. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of ½-inch from the nuts. 33 11 05 - 7 BOLTS, NUTS, AND GASKETS Page 7 of 7 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised December 20, 2012 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp-edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 33 11 12 - 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised September 9, 2022 SECTION 33 11 12 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. 33 01 31 – Closed Circuit Television (CCTV) Inspection 4. 33 04 40 – Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 – Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 – Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “PVC Water Pipe” installed for: 1) Various sizes 2) Various types of backfill 3) With or without restrained joints b. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “Sewer Force Main” installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised September 9, 2022 e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets l. Clean-up m. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly (Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 60 IN (100 mm thru 1,500 mm). d. M23, PVC Pipe – Design and Installation. e. M41, Ductile-Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components – Health Effects. b. 14, Plastics Piping System Components and Related Materials. 6. Underwriters Laboratories, Inc. (UL). a. UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride (PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire Service. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised September 9, 2022 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised September 9, 2022 b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61 and NSF 14. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio’s apply: Diameter (inch) Min Pressure Class (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer’s Name or Trademark and production record 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised September 9, 2022 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E’ = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (Pw) = 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer’s recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained, corrosion resistant joints. b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe, as recommended by the pipe manufacturer, unless shown otherwise in the design drawings. Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or dimensions for concrete thrust blocking, shall be interpreted to mean the exclusion of the other method of restraint, unless both methods are specifically required in the plans. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised September 9, 2022 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City’s Standard Products List as shown in Section 01 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push-on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push-on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non-toxic and NSF approved for potable water applications. d. Push-On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer’s recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised September 9, 2022 a. Pipe shall be handled and stored in accordance with manufacturer’s recommendations. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. 2. Push-on Joints a. Install Push-On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer’s recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 33 11 12 - 8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised September 9, 2022 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 33 11 12 - 9 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 9 of 9 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised September 9, 2022 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.C.1 and 3.4.C.3 – revised maximum joint deflection requirements 3.4.C.1 – Added reference to Ductile Iron Fittings 3.4.D – Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch 4/1/2013 F. Griffin Change Section 2.2 B. 5. from “The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454-B.” to “The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454”. 11/14/2018 D.V. Magaña All references to the use of C905 are no longer applicable and are deleted. 1.3.A.4.c. – Updated to reflect C900 applicable on PVC pipe sizes 4” through 60”. 9/9/22 W Norwood 1.1.A Modified acceptable range for specification from 36-inch to 24-inch 1.3.A.4.c Updated C900 to reflect metric dimensions 1.3.A.5.b & 2.2.B.2 Addition of “NSF 14 Plastics Piping System Components and Related Materials” 1.3.A.6.a Addition of “UL 1285 UL Standard for Safety Pipe and Couplings, PVC and PVCO for Underground Fire Service” 2.2.C.3.a Addition of “corrosion resistant” and deletion of “when required by the Drawings” 2.2.C.3. Add “ b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe as recommended by the pipe manufacturer, unless shown otherwise in the design drawings” 3.4.B.1. Add “ a. Pipe shall be handled and stored in accordance with manufacture’s recommendations” 3.4.B.2 Add “b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics” 33 12 20 - 1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 SECTION 33 12 20 1 RESILIENT SEATED (WEDGE) GATE VALVE 2 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 2. Gate valves larger than 24-inches may be approved by the City on a case-by-case 10 basis. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 – General Requirements 17 3. Section 33 11 05 – Bolts, Nuts, and Gaskets 18 4. Section 33 11 10 – Ductile Iron Pipe 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Gate Valve 22 a. Measurement 23 1) Measurement for this Item shall be per each. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each “Gate Valve” installed 27 for: 28 a) Various sizes 29 c. The price bid shall include: 30 1) Furnishing and installing Gate Valves with connections as specified in the 31 Drawings 32 2) Valve box 33 3) Extension 34 4) Extensions for valves in vaults 35 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 36 6) Petrolatum tape for connections to steel flanges 37 7) 2-inch risers (for 16-inch and larger gate valves) 38 8) Isolation kits when installed with flanged connections 39 9) Polyethylene encasement 40 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 10) Pavement removal 1 11) Excavation 2 12) Hauling 3 13) Disposal of excess material 4 14) Furnishing, placement and compaction of embedment 5 15) Furnishing, placement and compaction of backfill 6 16) Clean-up 7 17) Cleaning 8 18) Disinfection 9 19) Testing 10 2. Cut-in Gate Valve 11 a. Measurement 12 1) Measurement for this Item shall be per each. 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this 15 Item shall be paid for at the unit price bid per each “Cut-in Gate Valve” 16 installed for: 17 a) Various sizes 18 c. The price bid shall include: 19 1) Furnishing and installing Gate Valves with connections as specified in the 20 Drawings 21 2) System dewatering 22 3) Connections to existing pipe materials 23 4) Valve box 24 5) Extension 25 6) Extensions for valves in vaults 26 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 27 8) Petrolatum tape for connections to steel flanges 28 9) 2-inch risers (for 16-inch and larger gate valves) 29 10) Isolation kits when installed with flanged connections 30 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 31 12) Polyethylene encasement 32 13) Pavement removal 33 14) Excavation 34 15) Hauling 35 16) Disposal of excess material 36 17) Furnishing, placement and compaction of embedment 37 18) Furnishing, placement and compaction of backfill 38 19) Clean-up 39 20) Cleaning 40 21) Disinfection 41 22) Testing 42 1.3 REFERENCES 43 A. Abbreviations and Acronyms 44 1. NRS – Non Rising Stem 45 2. OS&Y – Outside Screw and Yoke 46 33 12 20 - 3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 B. Reference Standards 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Association of State Highway and Transportation Officials (AASHTO). 5 3. American Society of Mechanical Engineers (ASME): 6 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 7 4. American Iron and Steel Institute (AISI). 8 5. ASTM International (ASTM): 9 a. A48, Standard Specification for Gray Iron Castings. 10 b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 11 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 12 Tensile Strength. 13 d. A536, Standard Specification for Ductile Iron Castings. 14 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 15 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 16 Steel. 17 6. American Water Works Association (AWWA): 18 a. C509, Resilient-Seated Gate Valves for Water Supply Service. 19 b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. 20 c. C550, Protective Interior Coatings for Valves and Hydrants. 21 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 22 through 12 IN, for Water Transmission and Distribution. 23 7. American Water Works Association/American National Standards Institute 24 (AWWA/ANSI): 25 a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 26 b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 27 Fittings. 28 c. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 29 Threaded Flanges. 30 8. NSF International (NSF): 31 a. 61, Drinking Water System Components - Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 2. Polyethylene encasement and tape 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 33 12 20 - 5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 1 successful experience manufacturing of Resilient Seated Gate Valves of similar 2 service and size, and indicated or demonstrate an experience record that is 3 satisfactory to the Engineer and City. This experience record will be thoroughly 4 investigated by the Engineer, and acceptance will be at the sole discretion of the 5 Engineer and City. 6 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 7 bypass; that are not manufactured within the United States of America, shall be 8 manufactured by factories/foundries that are owned or controlled (partial 9 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 10 and guarantee quality at the foreign factory/foundry. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. Protect all parts so that no damage or deterioration will occur during a prolonged 14 delay from the time of shipment until installation is completed and the units and 15 equipment are ready for operation. 16 2. Protect all equipment and parts against any damage during a prolonged period at the 17 site. 18 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 19 strongly built and securely bolted thereto. 20 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 21 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 22 extremes in temperature. 23 6. Secure and maintain a location to store the material in accordance with Section 01 24 66 00. 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY 27 A. Manufacturer Warranty 28 1. Manufacturer’s Warranty shall be in accordance with Division 1. 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed on the City’s Standard Products List will be 34 considered as shown in Section 01 60 00. 35 a. The manufacturer must comply with this Specification and related Sections. 36 2. Any product that is not listed on the Standard Products List is considered a 37 substitution and shall be submitted in accordance with Section 01 25 00. 38 B. Description 39 33 12 20 - 6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 1. Regulatory Requirements 1 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 2 shall meet or exceed the requirements of this Specification. 3 b. All valve components in contact with potable water shall conform to the 4 requirements of NSF 61. 5 C. Materials 6 1. Valve Body 7 a. Valve body: ductile iron per ASTM A536 8 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. 9 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 10 C111/A21.11. 11 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 12 mils, meeting AWWA C550 requirements 13 e. Buried valves: Provide with polyethylene encasement in accordance with 14 AWWA/ANSI C105/A21.5. 15 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 16 2. Wedge (Gate) 17 a. Resilient wedge: rated at 250 psig cold water working pressure 18 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 19 permanently bonded EPDM rubber. 20 3. Bypass 21 a. For gate valves using a double roller, track and scrapper system, an integrally 22 cast bypass on the body of the valve is required. 23 1) Orient the bypass on the same side of the gate valve as the spur gear to 24 allow operation of both valves from the manhole opening. 25 2) The bypass shall be a minimum 4-inch in size. 26 4. Gate Valve Bolts and Nuts 27 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 28 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch 29 through 12-inch valves) or as specified in 2.2.C.4.b. 30 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 31 sizes) and for valves 16-inch through 36-inch (non-buried service) 32 5. Bolts and Nuts 33 a. Mechanical Joints 34 a) Provide bolts and nuts in accordance with Section 33 11 05. 35 b. Flanged Ends 36 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 37 material. 38 2) Provide bolts and nuts in accordance with Section 33 11 05. 39 3) Flanged isolation kits shall be provided when connecting to buried steel or 40 concrete pressure pipe. Kits shall conform to Section 33 04 10. 41 6. Joints 42 a. Valves: flanged, or mechanical-joint or any combination of these as specified 43 on the Drawings or in the project Specifications 44 1) Flanged-joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 45 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 46 Class 125. 47 33 12 20 - 7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 b) Field fabricated flanges are prohibited. 1 2) Steel or concrete pressure pipe 2 a) Use flange-joints unless otherwise specified in the Contract 3 Documents. 4 3) Ductile Iron or PVC pressure pipe 5 a) Use mechanical joints with mechanically restrained retainer glands 6 unless otherwise specified in the Contract Documents. 7 7. Operating Nuts 8 a. Supply for buried service valves 9 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 10 c. Cast an arrow showing the direction of opening with the word “OPEN” on the 11 operating nut base. 12 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 13 direction. Nut shall be painted red per AWWA specifications 14 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 15 from transferring torque to that shaft or the gear box that exceeds the 16 manufacturer’s recommended torque. 17 f. Furnish handwheel operators for non-buried service, or when shown in the 18 Drawings. 19 8. Gearing 20 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 21 b. Bevel gears for horizontally mounted valves are not allowed. 22 c. The spur gear shall be designed and supplied by the manufacturer of the valve 23 as an integral part of the gate valve. 24 9. Gaskets 25 a. Provide gaskets in accordance with Section 33 11 05. 26 2.3 ACCESSORIES 27 A. All gate valves shall have the following accessories provided as part of the gate valve 28 installation: 29 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 30 within 1 foot of the surface of the ground, when the operating nut on the gate valve 31 is 3 feet or more beneath the surface of the ground. Extension Stems are: 32 a. Not required on City stock orders 33 b. Not to be bolted or attached to the valve-operating nut 34 c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting 35 loosely enough to allow deflection 36 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 37 sufficient quantity for assembly of each joint. 38 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 39 boxes and covers 40 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 ¼-inch 41 shafts, screw type, consisting of a top section and a bottom section. 42 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 43 in attached in Section 01 60 00. 44 c. Valve box covers shall be so designed that they can be easily removed to 45 provide access to valve operating nut. 46 33 12 20 - 8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 d. Valve box covers must be designed to stay in position and resist damage under 1 AASHTO HS 20 traffic loads. 2 e. Each cover shall be casted with the word “WATER” or “RECLAIMED” in 3 raised letters on the upper surface. 4 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 5 1) Valve box covers shall be round for potable water applications and square 6 for reclaimed water applications. 7 g. Box extension material shall be AWWA C900 PVC or ductile iron. 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 INSTALLATION 14 A. General 15 1. All valves shall be installed in vertical position when utilized in normal pipeline 16 installation. 17 2. Valves shall be placed at line and grade as indicated on the Drawings. 18 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD [OR] SITE QUALITY CONTROL 22 A. Field Inspections 23 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 24 the opportunity to operate the valve. 25 2. The City shall be given the opportunity to inspect all buried flanges before they are 26 covered. 27 3. The Operator will be assessing the ease of access to the operating nut within the 28 valve box and ease of operating the valve from a fully closed to fully opened 29 position. 30 4. If access and operation of the valve meet the City’s criteria, then the valve will be 31 accepted as installed. 32 B. Non-Conforming Work 33 1. If access and operation of the valve or its appurtenances does not meet the City’s 34 criteria, the Contractor will remedy the situation until it meets the City’s criteria, at 35 the Contractor’s expense. 36 33 12 20 - 9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 8 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised May 6, 2015 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A – Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment – Added Cut-In Gate Valve 1.2.A.1.c and 1.2.A.2.c – added additional items to be included in price bid 1.6.A – removed requirement for product data for bolts and nuts because it is to be included under Section 33 11 05. 1.9.A.1 – Added requirement for bypass valve manufacturing 2.2.C. – Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 – Modified acceptable cast iron from Class 40 to Class 35B; Added requirements for reclaimed water applications 6/24/2014 D. Townsend 1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case-by-case basis 1.6.B.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section – Requires Affidavit on Gate Valve manufacturers ownership in foreign factories/foundries providing components to certify on-site quality control. 1.9.A.1.f Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.1.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on-site quality control 5/6/2015 D. Townsend 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A.1.a Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications 3 33 12 25 - 1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 6, 2013 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 – Location of Existing Utilities 6. Section 33 11 05 – Bolts, Nuts, and Gaskets 7. Section 33 11 10 – Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Connection to Existing Water Main” installed for: a) Various sizes of existing water distribution main 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 6, 2013 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Tapping Sleeve and Valve” installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 6, 2013 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 IN through 144 IN. c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components – Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 6, 2013 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor’s request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 6, 2013 d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer’s warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 6, 2013 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 4. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 5. Test Plug a. ¾-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 33 05 10. 2. Verify that all equipment and materials are available on–site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 6, 2013 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If any discharge of chlorinated water occurs, discharged water shall be de- chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re-pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised February 6, 2013 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.C.3 and 4 – Added reference to Section 33 11 05 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04040 34 71 13 - 1 TRAFFIC CONTROL Page 1 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised March 22, 2021 SECTION 34 71 13 1 TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Installation of Traffic Control Devices 14 a. Measurement 15 1) Measurement for Traffic Control Devices shall be per month for the Project 16 duration. 17 a) A month is defined as 30 calendar days. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under “Measurement” shall be paid for at the 21 unit price bid for “Traffic Control”. 22 c. The price bid shall include: 23 1) Traffic Control implementation 24 2) Installation 25 3) Maintenance 26 4) Adjustments 27 5) Replacements 28 6) Removal 29 7) Police assistance during peak hours 30 2. Portable Message Signs 31 a. Measurement 32 1) Measurement for this Item shall be per week for the duration of use. 33 b. Payment 34 1) The work performed and materials furnished in accordance to this Item and 35 measured as provided under “Measurement” shall be paid for at the unit 36 price bid per week for “Portable Message Sign” rental. 37 c. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post-construction 42 34 71 13 - 2 TRAFFIC CONTROL Page 2 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised March 22, 2021 3. Preparation of Traffic Control Plan Details 1 a. Measurement 2 1) Measurement for this Item be per each Traffic Control Detail prepared. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 shall be paid for at the unit price bid per each “Traffic Control Detail” 6 prepared. 7 c. The price bid shall include: 8 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 9 longer 10 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 11 (TMUTCD) 12 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 13 4) Incorporation of City comments 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 20 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 21 Transportation, Standard Specifications for Construction and Maintenance of 22 Highways, Streets, and Bridges. 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. General 25 1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. 26 B. Coordination 27 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 28 implementing Traffic Control within 500 feet of a traffic signal. 29 C. Sequencing 30 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 31 approved by the City and design Engineer before implementation. 32 1.5 SUBMITTALS 33 A. Provide the City with a current list of qualified flaggers before beginning flagging 34 activities. Use only flaggers on the qualified list. 35 B. Obtain a Street Use Permit from the TPW Department’s Transportation Division. The 36 Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control 37 Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be 38 submitted with the Street Use Permit. 39 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 40 Engineer. 41 34 71 13 - 3 TRAFFIC CONTROL Page 3 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised March 22, 2021 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 1 Specifications. The Contractor will be responsible for having a licensed Texas 2 Professional Engineer sign and seal the Traffic Control Plan sheets.A traffic control 3 “Typical” published by City of Fort Worth, the Texas Manual Unified Traffic Control 4 Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as 5 an alternative to preparing project/site specific traffic control plan if the typical is 6 applicable to the specific project/site. 7 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 8 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 9 changes to the Traffic Control Plan(s) developed by the Design Engineer. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR ] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 ASSEMBLIES AND MATERIALS 20 A. Description 21 1. Regulatory Requirements 22 a. Provide Traffic Control Devices that conform to details shown on the 23 Drawings, the TMUTCD, and TxDOT’s Compliant Work Zone Traffic Control 24 Device List (CWZTCDL). 25 2. Materials 26 a. Traffic Control Devices must meet all reflectivity requirements included in the 27 TMUTCD and TxDOT Specifications – Item 502 at all times during 28 construction. 29 b. Electronic message boards shall be provided in accordance with the TMUTCD. 30 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised March 22, 2021 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 EXAMINATION [NOT USED] 4 3.2 PREPARATION 5 A. Protection of In-Place Conditions 6 1. Protect existing traffic signal equipment. 7 3.3 INSTALLATION 8 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 9 the Drawings and as directed. 10 B. Install Traffic Control Devices straight and plumb. 11 C. Do not make changes to the location of any device or implement any other changes to 12 the Traffic Control Plan without the approval of the Engineer. 13 1. Minor adjustments to meet field constructability and visibility are allowed. 14 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 15 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 16 covering, or removing Devices. 17 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 18 and that retroreflective characteristics meet requirements during darkness and rain. 19 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 20 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 21 lights, signs, or other precautionary measures for the protection of persons or property), the 22 Inspector may order such additional precautionary measures be taken to protect persons 23 and property. 24 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 25 or in conflict with the proposed method of handling traffic or utility adjustments, can be 26 constructed during any phase. 27 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 28 distance of drivers entering the highway from driveways or side streets. 29 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 30 be erected and mounted on portable supports. 31 1. The support design is subject to the approval of the Engineer. 32 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 33 J. If at any time the existing traffic signals become inoperable as a result of construction 34 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 35 approved by the Engineer, to be used for Traffic Control. 36 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised March 22, 2021 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 1 turn-ons, street light pole installation, or other construction will be done during peak traffic 2 times (AM: 7 am – 9 am, PM: 4 pm - 6 pm). 3 L. Flaggers 4 1. Provide a Contractor representative who has been certified as a flagging instructor 5 through courses offered by the Texas Engineering Extension Service, the American 6 Traffic Safety Services Association, the National Safety Council, or other approved 7 organizations. 8 a. Provide the certificate indicating course completion when requested. 9 b. This representative is responsible for training and assuring that all flaggers are 10 qualified to perform flagging duties. 11 2. A qualified flagger must be independently certified by 1 of the organizations listed 12 above or trained by the Contractor’s certified flagging instructor. 13 3. Flaggers must be courteous and able to effectively communicate with the public. 14 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 15 and follow the flagging procedures set forth in the TMUTCD. 16 5. Provide and maintain flaggers at such points and for such periods of time as may be 17 required to provide for the safety and convenience of public travel and Contractor’s 18 personnel, and as shown on the Drawings or as directed by the Engineer. 19 a. These flaggers shall be located at each end of the lane closure. 20 M. Removal 21 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 22 and other Traffic Control Devices used for work-zone traffic handling as soon as 23 practical in a timely manner, unless otherwise shown on the Drawings. 24 3.4 REPAIR / RESTORATION [NOT USED] 25 3.5 RE-INSTALLATION [NOT USED] 26 3.6 FIELD [OR ] SITE QUALITY CONTROL [NOT USED] 27 3.7 SYSTEM STARTUP [NOT USED] 28 3.8 ADJUSTING [NOT USED] 29 3.9 CLEANING [NOT USED] 30 3.10 CLOSEOUT ACTIVITIES [NOT USED] 31 3.11 PROTECTION [NOT USED] 32 3.12 MAINTENANCE [NOT USED] 33 3.13 ATTACHMENTS [NOT USED] 34 END OF SECTION 35 36 37 34 71 13 - 6 TRAFFIC CONTROL Page 6 of 6 CITY OF FORT WORTH Metro Golf Cars Service Building STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106294 Revised March 22, 2021 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required 3/22/2021 M Owen 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.5 Clarified submittal requirements 3.3 M. Clarified removal requirements 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Manhole, 32" Opening and Flat top, (No Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) For use when Std. MH cannot be installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer Applications Only)8" - 12" (Sewer Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AWWA C950 * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36" * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 04/07/69 Interior Restrained Joint System Hultec Hydrogrip-R ASTM D395, D412, D471, D573, D883, D1149, D1229, D1349, D1414, D1415, D1566, F913 4'-12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" * From Original Standard Products List 5 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc.Model BSS01-36-MUDG2-CSD-NL, Freeze Proof, Hasp for Locking Access Hatch This product removed Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) Yellow Highlight indicates recent changes The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water * From Original Standard Products List 6