Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 53703-PM1-U
CSC No. 53703-PM1 00 0010-1 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Pagel of 4 IL I I I 0 IF 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 001113 h,"4teAie« to waders 004100 Bid FeFffl- 004243 Proposal Form Unit Price 00 45 12 Prequalification Statement 00 45 26 Contractor Compliance with Workers' Compensation Law 00 52 43 Agreement 00 61 25 Certificate of Insurance 00 62 13 Performance Bond 00 62 14 Payment Bond 00 62 19 00 72 00 Maintenance Bond Goner -al r andi ens 00:73 00 Su"Iemefftar-y Conditions Standard City Conditions of the Construction Contract for Developer Awarded 00 73 10 Projects Division 01- General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting Preconstruction Video 01 32 33 01 33 00 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements Cleaning 01 74 23 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised September 1, 2015 I 00 00 10- 2 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 4 1 2 3 4 ' 5 a8 9 13 14 15 O 16 17 18 19 20 21 22 23 24 25 D 26 27 28 O 29 30 31 a 32 33 34 0 35 36 37 38 39 40 41 42 43 44 (� 45 I J 46 47 rl 48 ! 49 50 i NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: bVs:////proj ectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02 - Existing Conditions 02-41 1-3 SeleetWe Site Demelifien Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceway and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32 - Exterior Improvements zii 23 Flemible Base Geumes 32 11 29 Lime Treated Base Courses 3213 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Br-iek Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised September 1, 2015 00 00 10- 3 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS 0 �I I L 0 0 11 11 1 3231 13 Chain Link Fe«ees and Gates 2 32 31 26 Wire l;e«ees and Gates 3 323129 weed >;e«ees e«a Gates 4 5 3291 19 Topsoil Placement and Finishing of Parkways 6 32 92 13 Hydro -Mulching, Seeding, and Sodding 7 32 93 43 Trees and Shrubs 8 9 Division 33 - Utilities 10 33 01 30 Sewer and Manhole Testing 11 33 01 31 Closed Circuit Television (CCTV) Inspection 12 3303 10 Bypass Pumping of Existing Sewer Systems 13 3304 10 joint Beading a -ad EleetFieal isolation 14 3304 111 Gerfe•Sien GefgFelTost Statiens 15 16 17 33 04 40 Cleaning and Acceptance Testing of Water Mains 18 33 05 10 Utility Trench Excavation, Embedment, and Backfill 19 3305 12 Water Line Lowering 20 3305 13 Frame, Cover and Grade Rings 21 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 22 23 3305 17 Concrete Collars 24 25 330521 T11««el I: & Dletee 26 33 05 22 Steel Casing Pipe 27 330523 Hand Tunneling 28 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 29 33 05 26 Utility Markers/Locators 30 31 33 11 10 Ductile Iron Pipe 32 33 11 11 Ductile Iron Fittings 33 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 34 , Steel Cylinder- T-"e 35 33 11 14 Buaied Steel Pipe and Fi#4fW 36 37 33 1210 Water Services 1-inch to 2-inch 38 33 1211 Large Water- Me4er-s 39 33 1220 Resilient Seated Gate Valve 40 33 1221 A*PXA Rubber- Seated BtMeFfly Valves 41 33 1225 Connection to Existing Water Mains 42 33 1230 Combination Air Valve Assemblies for Potable Water Systems 43 33 1240 Dry -Barrel Fire Hydrants 44 33 12 50 Water Sample Stations 45 33 1260 Blow -off Valves 46 47 48 3331 15 14PPE Pipe For- Sanitary Sewers (Gfavity and Fer-se Mains) 49 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 50 333121 Pelyvin)xl Ghler-ide Closed PFefile Gfavity Sanitaff Sewer- Pipe (PVC) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised September 1, 2015 Page 3 of 4 J I I 0 0 0 0 a 0 0 a 0 j 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 00 00 10- 4 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of 4 Sanitary Sewef Pipe Enlargement Sanitary Sewer Service Connections and Service Line 333123 33 31 50 333170 33 39 10 Ceffibinatien Air- Valve fer- Sankar-y Sewer- For-ee Mains Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes Epoxy Liners for Sanitary Sewer Structures 33 39 60 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts Sub drainage 33 4600 334601 Slet4ed SteFm Dr-ains T-nneh Drains Cast -in -Place Manholes and Junction Boxes 33 46 02 33 49 10 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 — Transportation 34 41 10 Tfaffie Signals 34 4120 Readway Illumination Assemblies 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC 6.07 Wage Rates (if required by City) GC 6.24 NeadiseFkrAnafie;i GR-01 60 00 Product Requirements TxDOT Specifications END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised September 1, 2015 I J. 1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM ,11P►Ik900Us] =1--II , 00 42 43 DAP - BID PROPOSAL Page 1 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT I: WATER IMPROVEMENTS 1 3305.0109 Trench Safety 3305.1003 20" Steel Casing By RtjqqL 33 05 10 LF 9457 $0.10 $945.70 2 _ 33 05 22 LF 48 $132.20 $6,345.60 5 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 12 TON 5.36 $9,792.00 $52,436.16 6 3311.0261 8" PVC Water Pipe 3311 12 LF 8694 $26.20 $227,782.80 7 3311.0461 12" PVC Water Pipe 3411 12 LF 687 $39.40 $27,067.80 8 9 3312.0001 Fire Hydrant 3312.0117 Connection to Existing 4"-12" Water Main 33 12 40 R 33 12 25 EA 15 $5,334.00 $80,010.00 $4,917.00 EA 3 $1,639.00 10 3312.2003 1" Water Service 33 12 10 EA 219 $791.00 $173,229.00 _ 11 3312.2203 2" Water Service 33 12 10 EA 4 $2,659.00 $10,636.00 12 3312.3003 8" Gate Valve 33 12 20 EA 28 $1,392.00 $38,976.00 13 3312.3005 12" Gate Valve 34 12 20 EA 2 $2,501.00 $5,002.00 12 13 14 15 16 17 _ 18 19 _ 20 21 22 23 24 25 26 27 28 29 30 31 32 33 _ 34 35 36 37 38 39 _ 43 44 TOTAL UNIT I: WATER IMPROVEMENTS $627,348.06 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forot Version May 22. 2019 Bar C Ranch PHS 00 42 43—Bid Proposal_DAP.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP -BID PROPOSAL Page 2 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT If: SANITARY SEWER IMPROVEMENTS 1 2 3301.0002 Post -CCTV Inspection 3301.0101 Manhole Vacuum Testing 33 01 31 33 01 30 LF EA 6880 40 $4.60 $201.00 $31,648.00 $8,040.00 3 3305.1003 20" Steel Casing By Open Cut 33 05 22 LF 75 $132.20 $9,915.00 4 3305.0109 Trench Safety 33 05 10 LF 6880 $0.60 $4,128.00 5 6 _ 7 3331.3101 4" Sewer Service (SDR -26, ASTM D3034) _ _ 3331.4115 8" Sewer Pipe (SDR -26, ASTM D3034 3331.4116 8" Sewer Pipe, CSS Backfill 333150 _ 33 11 10, 33 31 12 33 31 20 EA LF 208 4524 $1,023.00 $212,784.00 _ $196,341.60 $43.40 33 11 10, 33 31 12, 33 31 20, 33 05 10 LF 220 $55.90 $12,298.00 8 9 _ 12" Sewer Pipe (SDR-26, ASTM D3034) 12" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 3120, 33 05 10 33 11 10, 33 31 12, 33 3120, 33 05 10 LF LF 1778 215 $49.80 $88,544.40 $13,394.50 $62.30 10 3331.4212 12" DIP Sewer 3311 10 LF 136 $110.10 $14,973.60 11 3339.0001 Epoxy Manhole Liner 33 39 60 VF 63 $288.00 $18,144.00 12 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 36 $3,702.00 $133,272.00 13 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 $5,410.00 $5,410.00 14 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 175 $98.00 $17,150.00 15 9999.0001 Manhole over Existing Line 00 00 00 EA 2 $6,341.00 $12,682.00 16 9999.0002 Drop Manhole over Existing Line 00 00 00 EA 1 $13,585.00 $13,585.00 17 9999.0003 Connect to Existing Manhole 00 00 00 EA 1 $7,303.00 $7,303.00 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 — — — 41 - TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $799,613.10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22.2019 Bar C Ranch PHg 00 42 43_Bid Proposal_DAP.As SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 4243 DAP - BID PROPOSAL Page 3 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. N Description Specification Section No. Unit r Measur Bide Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 1 2 0000.0241 Remove Headwall/SET 0000.3137 Concrete Riprap 0241 14 _ 0341 14 EA 1 $2,559.00 $2,559.00 SY 64 $222.00 $14,208.00 3 3137.0102 Large Stone Riprap, dry 31 3700 SY 399 $89.00 $35,511.00 4 3305.0109 Trench Safety 33 05 10 EA 4818 $0.20 $963.60 5 3341.0201 21" RCP, Class III 3341 10 LF 473 $53.10 $25,116.30 6 3341.0205 24" RCP, Class III 3341 10 LF 1973 $62.10 $122,523.30 7 3341.0208 27" RCP, Class III 3341 10 LF 693 $69.30 $48,024.90 8 3341.0302 30" RCP, Class III 3341 10 LF 322 $81.30 $26,178.60 9 3341.0305 33" RCP, Class III 3341 10 LF 241 $96.50 $23,256.50 10 3341.0309 36" RCP, Class 111 3341 10 LF 571 $113.30 $64,694.30 11 3341.0312 39" RCP, Class 111 3341 10 LF 41 $139.60 $5,723.60 12 3341.1601 9x5 Box Culvert 3341 10 LF 504 $565.70 $285,112.80 13 3349.0001 4' Storm Junction Box 33 49 10 EA 13 $3,939.00 $51,207.00 14 3349.0002 5' Storm Junction Box 33 49 10 EA 1 $4,514.00 $4,514.00 15 3349.0003 6' Storm Junction Box 34 49 10 EA 1 $5,089.00 $5,089.00 16 3349.4105 24" SET, 1 pipe 33 49 40 EA 3 $2,513.00 $7,539.00 17 3349.4106 27" SET, 1 pipe 33 49 40 EA 1 $2,846.00 $2,846.00 18 3349.4108 33" SET, 1 pipe 34 49 40 EA 1 $3,134.00 $3,134.00 19 3349.4109 36" SET, 1 pipe 34 49 40 EA 1 $3,766.00 $3,766.00 20 3349.5002 10' Curb Inlet 33 49 20 EA 27 $3,939.00 $106,353.00 21 3349.5002 15' Curb Inlet 34 49 20 EA 1 $4,514.00 $4,514.00 22 3349.6001 10' Recessd Curb Inlet 34 49 20 EA 4 $4,284.00 $17,136.00 23 3349.7001 4' Drop Inlet 34 49 20 EA 2 $3,479.00 $6,958.00 24 9999.0001 Inlet Protection 31 25 00 EA 34 $288.00 $9,792.00 25 9999.0002 Remove Abondoned Gas Line 00 00 00 LF 600 $15.00 $9,000.00 26 0466 6180 WINGWALL (PW-1) (HW=9 FT) TxDOT 446 EA 4 $39,963.00 $159,852.00 27 9999.0003 Pedestrian Hand Rail 00 00 00 LF 933 $251.00 $234,183.00 28 9999.0004 4.5' Concrete Flume 00 00 00 LF 563 $108.00 $60,804.00 29 9999.0005 Recyclex TRM-V 00 00 00 SY 491 $12.00 $5,892.00 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 _ 45 TOTAL UNIT III: DRAINAGE IMPROVEMENT $1,346,450.90 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Folm Version May 22, 2019 Bar C Ranch PH8 0042 43-Bid ProposaLDAP.+ds PCI Construction, Inc. PCI Construction, Inc. PCI Construction, Inc. PCI Construction, Inc., 005243-2 Developer Awarded Project Agreement o Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Two Million, Seven Hundred Seventy -Three Thousand, 41 Four Hundred Twelve Dollars and Six Cents ($2.773, 412.06). 42 Article 5. CONTRACT DOCUMENTS O 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 0 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) (� 52 b. Insurance ACORD Form(s) ' J 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) r , U56 55 e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. D62 61 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. D65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 71 a. Notice to Proceed. b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 0 74 75 I J CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102179 lRevised June 16, 2016 1 11 I I I (l 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused, in whole or in part, by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part, 95 by anv act. omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 1 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the J116 Northern District of Texas, Fort Worth Division. i� CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 102179 Revised June 16, 2016 PCI Construction, Inc.PCI Construction, Inc. PCICONS-03 FHIL ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 1 /31 /2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER c acT Barbra Griffin Mullis Newby Hurst —Texas ONE Fax 5057 Keller Springs Road PHac, No, Ext : 972 201-0115 ac, No Suite 400 IffEsse bgriffin@mnhins.com Addison, TX 75001 INSURED INSURER B :Amerisure Insurance Companyy,19488 PCI Construction, Inc. INSURER C: The Hanover Insurance Company 22292 P.O. Box 2967 INSURER D : I McKinney, TX 75070 INSURER E INSURER F : [_nVFRA[.FC r_FRTIFIrATF NIIMRFR• RFVICInhI NIIMRFR• J 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS A . X J COMMERCIAL GENERAL LIABILITY MADE OCCUR CPP 2011144 7/1I2019 7/1/2020 EACH OCCURRENCE 1,000,000 FPCLAIMS DAMAGE TO RENTEDnce (Ea occurre $ ,000,000 1PREMISES MED EXP (Any oneperson) 10,000 PERSONAL 6 ADV INJURY 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY 1XI ippa El LOC OTHER: GENERAL AGGREGATE 2,000,000 PRODUCTS - COMP/OP AGG 2,000,000 A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY �—y— AUTOS Ep AUTOS ONLY X AUTOS ONLY CA20551"1302 7/1/2019 7/1/2020 COMBINED SINGLE LIMIT 1,000,000 X BODILY INJURY Perperson) BODILY BOODILY INJURY Per accident X PPe�a dent AGE B X UMBRELLA LIAB X OCCUR EXCESS LIAB ~ `CLAIMS -MADE DIED I X I RETENTIONS 0 CU 2011148 7/1/2019 7/1/2020 EACH OCCURRENCE 5,000,000 AGGREGATE 5,000,000 A . WORKERS COMPENSATION AND EMPLOYERS' LIABILITYSTATUT ANY PROPRIETOR/PARTNER/EXECUTNE Y / N PMandatoMEMBEREXCLUDED? If es, describe under DESCRIPTION OF OPERATIONS below NIA WC20111451602 7/1/2019 7/1I2020 X I PER E OTH- ER E.L. EACH ACCIDENT 1;000,000 E.L. DISEASE - EA EMPLOYE 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 C Leased/Rented Equip. 0 IHD-A966923-03 7/1/2019 7/1/2020 Each Item/Occurrenc 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more apace is required) RE: Bar C Ranch Phase 8 Certificate holder include: City Of Fort Worth r_FRTIFIf_ATF Idnl 11FR f AMf_Ft 1 ATIn1d SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas Street Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) 01988-2015 ACORD CORPORATION. All rights reserved. J The ACORD name and logo are registered marks of ACORD ACORO' AGENCY CUSTOMER ID: PCICONS-03 LOC #: 0 Aii%r%l*rIAAIAI OCRAAD1(C Q1%UCr%111 C FHILTY Perna 4 of 4 AGENCY NAMED INSURED Mullis Newby Hurst —Texas POI Construction, Inc. McKinney, TX 75070 _ _ POLICY NUMBER EE PAGE 1 CARRIER NAIC CODE -. EE PAGE 1 SEE P 1 EFFECTIVE DATE: SEEPAGE I ADDITIONAL REMARKS ! THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Standard Cert Applies only if applicable coverage Is evidenced on Acord 25 — CERTIFICATE OF LIABILITY INSURANCE The General Liability, Auto, and Umbrella policies include a blanket additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy includes a blanket additional insured endorsement that provides additional Insured status to the certificate holder for ongoing and completed operations only when there is written contract between the named Insured and the 1 certificate holder that requires such status. 1 The General Liability, Auto, and Umbrella policies contain an endorsement with primary and noncontributory wording that may apply Jl only when there is a written contract between the named Insured and the certificate holder that may require such status. The General Liability, Auto, Umbrella, and Workers Compensation policies include a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires this. The Contractors Equipment policy includes a blanket Loss Payee endorsement that provides loss payee status to the certificate holder as their interest may appear. Deductibles: $1,000 Except $5,000 Items $250,000 and greater $5,000 Theft, Vandalism or Malicious Mischief -1I The Automobile policy includes a Loss Payee endorsement that provides loss payee status to the certificate holder as their Interest may appear. The Property policy includes a Loss Payee endorsement that provides loss payee status to the certificate holder as their interest may appear. Excess Liability follows form as respect to Additional Insured subject to policy forms, terms, conditions and exclusions. ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD J �041111 PCICONS-03 FHIL CERTIFICATE OF LIABILITY INSURANCE 1 DATE A E(M 2020 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Mullis Newby Hurst — Texas 5057 Keller Springs Road Suite 400 Addison, TX 75001 INSURED PCI Construction, Inc. P.O. Box 2967 McKinney, TX 75070 Barbra Griffin di: (972) 201-0115 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR J TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICYLTR MMIDDIYYYYI ExP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F_X] OCCUR CPP 20111" 7/1/2019 7/1/2020 EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED MED EXP (Any oneperson) 1,000,000 101000 PERSONAL & ADV INJURY 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ] je LOC OTHER: GENERAL AGGREGATE 2,000,000 PRODUCTS - COMP/OP AGG 2,000,000 A AUTOMOBILE LIABILITY ANY AUTO SCHEDULED AURTEO�S ONLY AUTNOSSyy Ep ONLYNAUTOS ONNLY CA20551441302 7/1/2019 7/1/2020 COMBINED SINGLE LIMIT BODILY INJURY Per arsonOWNED 1,000,000 IX BODILY INJURY Per accidentAUTOS PROr ardent AMAGE B X UMBRELLA LIAR 'X OCCUR EXCESS LtAB ~ CLAIMS -MADE CU 2011148 7/1/2019 7/1/2020 EACH OCCURRENCE 5,000,000 5,000,000 AGGREGATE DED , X I RETENTION $ 0 A WORKERS COMPENSATION AND EMPLOPROPRIYERS' LIABILITYTNERI Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE PMendatory in NH) EXCLUDED? N If gas, desaibe under DESCRIPTION OF OPERATIONS below N / A WC20111451602 7/1/2019 7/1/2020 X PER OTH- E.L. EACH ACCIDENT 1,000,000 E.L. DISEASE - EA EMPLOYE 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 C Leased/Rented Equip. IHD-A966923-03 7/1/2019 7/1/2020 Each Item/Occurrence 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more apace is required) RE: Bar C Ranch Phase 8 Certificate holder include: Forestar (USA) Real Estate Group Inc Forester (USA) Real Estate Group Inc 2221 E Lamar Blvd, STE 790 Arlington, Tx 76006 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD FHILTY 1 ACORU` kltl� i ADDITIONAL REMARKS AGENCY CUSTOMER ID: PCICONS-03 LOC #: 0 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Mullis Newby Hurst —Texas p O Construction, Inc. POLICY NUMBER McKinney, TX 75070 EE PAGE 1 CARRIER NAIC CODE EE PAGE 1 SEE P 1 EFFECTIVE DATE: SEEPAGEI THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, — FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Standard Cert Applies only if applicable coverage is evidenced on Acord 25 — CERTIFICATE OF LIABILITY INSURANCE The General Liability, Auto, and Umbrella policies include a blanket additional insured endorsement that provides additional Insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy Includes a blanket additional insured endorsement that provides additional insured status to the certificate holder for ongoing and completed operations only when there is written contract between the named insured and the certificate holder that requires such status. The General Liability, Auto, and Umbrella policies contain an endorsement with primary and noncontributory wording that may apply only when there Is a written contract between the named Insured and the certificate holder that may require such status. The General Liability, Auto, Umbrella, and Workers Compensation policies include a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires this. The Contractors Equipment policy includes a blanket Loss Payee endorsement that provides loss payee status to the certificate holder as their interest may appear. Deductibles: $1,000 Except $5,000 Items $250,000 and greater $5,000 Theft, Vandalism or Malicious Mischief l IThe Automobile policy Includes a Loss Payee endorsement that provides loss payee status to the certificate holder as their interest may appear. The Property policy Includes a Loss Payee endorsement that provides loss payee status to the certificate holder as their Interest may appear. Excess Liability follows form as respect to Additional Insured subject to policy forms, terms, conditions and exclusions. ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SWISS RE CORPORATE SOLUTIONS q [l NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington Intemational Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri does hereby make, constitute and appoint: SAMMY JOE MULLIS, JR., JOHN WILLIAM NEWBY, CHERI LYNN IRBY, MICHAEL L. TULLIS, SANDRA LEE RONEY, DEBRA LEE MOON, ANDREA ROSE CRAWFORD, MARY JO ZAKRZEWSKI, JAMES B. ROGERS, JR., TROY RUSSELL KEY, LINDA MICHELLE STALDER, CHRISTOPHER CARL SUNDBERG and JOSHUA D. TRITT JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." B MIC-2— Steven anon, n 1-5 rvia tesr eo o u ngton international insurance Company & Senior Via President of North American Specialty Insurance Company & Senior Vice President ofWestportInsurance Corporation By / l Michael A. Ito, Senior Via President of Washington International Insurance Company & Senior Via President of North American Specialty Insurance Company & Senior Via President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this _ 3rd day of September 20 19 , North American Specialty Insurance Company 1 Washington International Insurance Company State of Illinois Westport Insurance Corporation l County of Cook SS: On this 3rd day of September , 201 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of a Washington Intemational Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of r l Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington Intemational Insurance Company and Senior Vice President Uof North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFlCISEAL S(1f \ ;� I KEN K ENNY �1 Notary Publdic• State of Oliurris Myt o,;,&- M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. 0 IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 3rd day of January 20 20 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington international Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of.Wmtpon Insurance Corporation I I 0 North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation TEXAS CLAIMS INFORMATION IMPORTANT NOTICE ADVISO IMPORTANTE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President — Claims at 1-800-338-0753 You may call Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation toll -free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation at the following address: 1450 American Lane Suite 1100 Schaumburg, IL 60173 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www_tdi_stata_tx_tis Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: ,--I Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation. If the dispute is not resolved, you may contact the Texas Department of Insurance. ..1 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Para obtener informacion o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President — Claims, al 1-800-338-0753 Usted puede Ilamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation para informacion o para someter una queja al: 1-800-338-07 53 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation al: 1450 American Lane Suite 1100 Schaumburg, IL 60173 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htto://www_tdi_stata-tx_us Email: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. .11 Ll 11 �J 006213-1 PERFORMANCE BOND Pagel of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 BOND # 2297938 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Powell Construction, Inc. , known as "Principal" herein and 8 North American Suecialty Insurance Company , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, Forestar (U A) Real Estate Group, Inc., 11 authorized to do business in Texas ("Developer") and the Cky of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of, Two Million, Seven Hundred SevenntThree Thousand, 13 Four Hundred Twelve Dollars And Six Cents ($2.773.412.06), lawful money of the United States, 14 to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly tobe 15 made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities 19 Agreement, CFA Number CFA19-0101;and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 2nd day of _ January , 20 20 , which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment laborand 23 other accessories defined by law, in the prosecution of the Work, including any ChangeOrders, as 24 provided for in said Contract designated as AwCRanch P a 8• 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the Developer and/or City, then this 30 obligation shall be and become null and void, otherwise to remain in full force and effect. J CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS CPN No. 102179 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3cd day of January . 20 2.4 . ATTEST: ()bj ( i a, J, i I (Principal) Secret zu, � LO L-1 Witness as to Principal Witness as to Surety PRINCIPAL: Powell Construction, Inc, BY: Signature Name and Title Address: P.O. Box 2967 McKinney, TX 75070 SURETY: North American Specialty Insurance Company Signature Debra Lee Moon, Attorney -in -Fact _ Name and Title Address: 1200 Main St, #800 Kansas City, MO 64105 Telephone Number: (913) 676-5200 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN No. 102179 Revised January 31, 2012 1 I 0 11 d I J 0 -J K 00 62 14 - 1 PAYMENT BOND Page 1 of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 BOND # 2297938 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Powell Construction, Inc. , known as "Principal" herein, and 8 North American Specialty Insurance Company , a corporate surety ( Or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forester 11 (USAI Real Estate Group, Inc. , authorized to do business in Texas "(Developer"), and the City Qf 12 Foft worth, a Texas municipal corporation ("City"), in the penal sum of Two Million. Seven 13 Hundred SevenwThree Thousand. Four Hundred Twelve Dollars And Six Cents ($2,773,412.01i, 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 15 payment of which sum well and truly be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFAI-0101;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 2nd day of January , 20 20 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Bit' CRanch Phase & 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 CPN No. 102179 1 2 3 4 5 6 7 0 8 9 10 006214-2 PAYMENT BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rd day of January , 2020 ATTEST: r )t. pti, 1 -0 t (Prin ipal) Secreta tN,e, LQ C/" Witness as to Principal ATTEST: &,AA (Surety) Secretary Witness as to Surety PRINCIPAL: Powell Construction, Inc. BY: Signature &i(/ M. UrAe"- Wof f0vetme, Name and Title Address: P.O. Box 2967 McKinney, TX 75070 SURETY: North American Specialty Insurance Company BY:,y� Signature Debra Lee Moon. Attorney -in -Fact _ Name and Title Address: 1200 Main St. #800 Kansas City, MO 64105 Telephone Number: (913) 676-5200 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 CPNNo. 102179 CHANGE RJDBRTo be attached to and form a part ofType of Bond: Performance, PaymentBond No.executed byand byin favor of2297938Powell Construction, Inc.as Principal,North American Specialty Insurance Company as Surety,City of Fort WorthdatedandJanuary 3, 2020NAIn consideration of the premium charged for the attached bond, it is hereby agreed tochange the following:Description. Principals name Is amendedFrom; Powell Construction, Inc.To:PCI Construction, Inc.The attached bond shall be subject to all its agreements, limitations and conditions except£LS herein expressly modified.This rider is effective: January 3, 2020Signed, sealed and dated this md day of AprilNorth American Specialty Insurance CompanyDebra Lee Moon, Attorney-ln-Fact2020Name and Title SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri and Westport Insurance Corp ration, Q anized under the laws of the State of Missouri, and having Its principal office inthe City of Kansas City, Missouri, each does hereby in a constitute and appoint: JOHN WILLIAM NEWBY, TROY RUSSELL KEY, DEBRA LEE MOON, ANDREA ROSE CRAWFORD, SANDRA LEE RONEY, LINDA MICHELLE STALDER SUZANNE ELIZABETH NIEDZWIEDZ, SHERIE MICHELLE GREENOUGH, CHERI LYNN IRBY, AND JOSHUA D. TRrI7, JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." oNAt oRPo `',NsG B Z SEACA ftt`':Stevta a, or ice t o Washington nteraat asaram Company- ]o & Senior Via President of North American Specialty Iasarance Company C~7' & Senior Via President ofWestporl Insurance Corporation to ByMichae to, nior ce dent o mgton ternatioa rance & Senior Vice President of NorthAcAcheriean Specialty Insurance Company & Senior Via President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 12th day of FEBRUARY 720 20 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook ss: On this 12th day of FEBRUARY , 20 20, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M.KENNY Notary Public. State of llhi"% "''yta'"'r p"`Y M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2nd day of April , 20 20 Jeffrey Goldberg. Vice President & Assistant Secretary of Washington Intemational Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation TEXAS CLAIMS INFORMATION IMPORTANT NOTICE ADVISO IMPORTANTE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President - Claims at 1-800-338-0753 You may call Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation toll -free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation at the following address: 1450 American Lane Suite 1100 Schaumburg, IL 60173 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512)475-1771 Web: httn://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation. 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. Para obtener information o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President - Claims, al 1-800-338-0753 Usted puede Ilamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation al: 1450 American Lane Suite 1100 Schaumburg, IL 60173 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POUZA Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. 0 0 0 0 I I 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 THE STATE OF TEXAS 006219-1 MAINTENANCE BOND Page 1 of 3 SECTION 00 62 19 MAINTENANCE BOND BOND # 2297939 § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Powell Construction. Inc. , known as "Principal' herein and North American Specialty Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar {USA" Real Estate Group. Inc. , authorized to do business in Texas ("Developer") and the Civ of Fort Worth, a Texas municipal corporation ("City"), in the sum of Two Million, Seven Hundred Sevenl'.y-Three Thousand, Four Hundred Twelve Dollars And Six Cents ($2.773.412.06), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA12-OM;and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 2nd day of January , 20 20 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as Bar C Ranch Phase 8; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of Two-(2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 1 CITY OF FORT WORTH Bar C Ranch Phase 8 J STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS CPN No. 102179 Revised January 31, 2012 0 I GI I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 U22 21 J 006219-2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 CPN No. 102179 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rd day of January 92020 ATTEST: ry17 101 r. PZI) ik V ( rincip ecretary *.et LL (,— Witness as to Principal ATTEST: (Nut,-, &A,2k- t'gurety) Secretary gaj6t�s� - Witness as to Surety PRINCIPAL: Powell Construction, Inc. BY: 1/17 2:1� Signature Name and Title Address: P.O. Box 2967 McKinney, TX 75070 SURETY: North American Specialtv Insurance ComDan BY:%—s—L����, Signature Debra Lee Moon, Attorney -in -Fact Name and Title Address: 1200 Main St, #800 _ Kansas City, MO 64105 Telephone Number: _ (913) 676-5200 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 CPN No. 102179 CHANGE RIDERTo be attached to and form a part ofType of Bond: MaintenanceBond No.executed byand byin favor of2297939Powell Construction, Inc.as Principal,North American Specialty Insurance Company as Surety,City of Fort WorthdatedandJanuary 3, 2020NAIn consideration of the premium charged for the attached bond, it is hereby agreed tochange the following:Description; Principals name is amendedFrom: Powell Construction, Inc.To:PCI Construction, Inc.The attached bond shall be subject to all its agreements, limitations and conditions exceptas herein expressly modified.I his rider is effective: January 3t 2020Signed, sealed and dated this 2nd day of April2020North American Specialty Insurance CompanyDebra Lee Moon, Attorney-in-FactName and Title SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALI. MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri and Westport Insurance Corporation, or anized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make constitut a and appoint: JOHN WILLIAM NEWBY, TROY RUSSELL KEY, DEBRA LEE MOON, ANDREA ROSE CRAWFORD, SANDRA LEE RONEY, LINDA MICHELLE STALDER SUZANNE ELIZABETH NIEDZW IEDz., SHERIE MICHELLE GREENOUGH, CHERI LYNN IRBY, AND JOSHUA D. TRITT, JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law. regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of. TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attomey qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." xmaa.nuy 310Ngt� japdi•. SG By F. SEALrib� mer tin .. .n stereo Here t memo m mrCompany n& O Spe rrmfion Company, risah,rIm Senior Vie PrevIrmaident of NomHanlon 'mom &Serdpr Vice President of Westport lmoana Corpornion Imma Cor �.. �s•:O . ........... {`. pF mimul A. ran o �.r_m'� w:.nlneton mtem.donat mmr.me mnunimm't`d C & Senior Vim Pmident ofNett" 1-mameCm Insnrnna Company & Saior Vim Pmident of Wesipon Inmrmm Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 12th day of 17EBRUARY , 20 20 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 12th day of FEBRUARY .20 2Q before me, a Notary Public personally appeared Steven P. Anderson . Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specially Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL - M.aENNY Notary puldia stainnllnhwi. 1Ay pjM&"21" M. Kenny, Notary Public 1. Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power ofAttorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2nd day of April .20 20 Jeffrey Wdberg, Vim President & Msistmn Secretary of W sshlnpmn Imem rtional m:urmn a Company & North Amman S,teo lty immanence Company & Vice Premdent & Asmslant Secretaryof weNpon Insmance Cor oration North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation TEXAS CLAIMS INFORMATION IMPORTANT NOTICE ADVISO IMPORTANTE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President — Claims at 1-800-338-0753 You may call Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation toll -free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation at the following address: 1450 American Lane Suite 1100 Schaumburg, IL 60173 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htto://www.tdo.stata.tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation. 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. Para obtener information o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President — Claims, al 1-800-338-0753 Usted puede Ilamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation al: 1450 American Lane Suite 1100 Schaumburg, IL 60173 Puede escribir al Departmento de Seguros de Texas para obtener information acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httn://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. 0 I I 0 0 0 11 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP -BID PROPOSAL Page 4 or7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quanti ty Unit Price -T Bid Value UNIT IV: PAVING IMPROVEMENTS 1 2411.3000 Remove Concrete Curb & Gutter 0241 15 LF 121 $25.00 $3,025.00 2 3211.0400 Hydrated Lime 32 11 29 TON 674 $155.00 $104,470.00 3 3211.0501 6" Lime Treatment (32#/SY) 32 11 29 SY 32035 $3.15 $100,910.25 4 3211.0502 8" Lime Treatment (42#/SY) 32 11 29 SY 7630 $3.65 $27,849.50 5 3213.0101 6" Conc. Pvmt. 32 12 12 SY 30152 $33.15 $999,538.80 6 3213.0301 4" Sidewalk Pvmt 32 13 20 SF 20685 $5.50 $113,767.50 7 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 10 $1,600.00 $16,000.00 8 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 28 $1,300.00 $36,400.00 9 3217.0003 4" BRK Pvmt Markin HAS 32 17 23 LF 1292 $1.40 $1,808.80 10 3217.0201 8" SLD Pvmt Marking HAS W) 32 17 23 LF 130 $4.00 $520.00 11 33 41.4003 Fumish/Install Alum Sign Ground Mont CityStd. 000000 EA 18 $476.00 $8,550.00 12 19999.0001 8" Conc Pvmt 32 13 13 SY 7140 $41.55 $296,667.00 13 99 pConstruct Type 111 Barricade with Rip R 00 00 009.0002 EA 6 $2,500.00 $15,000.00 14 9999.0003 Remove Type III Barricade 00 00 00 EA 2 $1,000.00 $2,000.00 15 9999.0004 SWPPP Maintenance 31 25 00 LS 1 $2,000.00 $2,000.00 17 9999.0005 Pavement Header 00 00 00 LF 152 $20.00 $3,040.00 18 19 20 21 22 23 24 25 26 27 28 29 30 31 _ 32 33 34 35 36 37 38 39 40 TOTAL UNIT IV: PAVING MPROVEMENT $1,731,546.85 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bar C Ranch PH8 OD 42 43_Bid Proposal_DAP.As 1 7 7 7 :7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Bid Unit Price Bid Value Measure Quantity Bid Summary UNIT 1: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS _ UNIT IV: PAVING IMPROVEMENTS $1,731,546.8 UNIT V: STREET LIGHTING IMPROVEMENTS - UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid 1 $1.731.546.8 This Bid is submitted by the entity named below: BIDDER: g Glenn Thurman, Inc. P.O. Box 850842 Mesquite, TX 75185 TITLI DATI Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION 70working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bar C Ranch PHt 00 42 43 Bid Proposal DAP.!ds u 0 I u 0 u r 0 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 23 24 25 26 00 45 12 - 1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Con/Recon Unlimited Glenn Thurman, Inc. February 1, 2022 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Glenn Thurman, Inc. By: Gary R. Maynor Company lease ' t) P.O. Box 850842 Address Mesquite, Texas 75185 City/State/Zip I M4E VICE PREVT Title: (h), (Please Print) Date: 2 /I'D Ap END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Bar C Ranch Phase 8 CPN No. 102179 1 2 3 4 5 6 rl 7 iJ 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Kid J 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 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. 102179. 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: Glenn Thurman Inc. BY: Company P.O. Box 850842 S Address Mesquite TX 75185 T City/State/Zip THE STATE OF TEXAS § COUNTY OFT T -AZn § Gary R. Maynor (Please Print) BEFORE ME, the dersig ed authority, on this day personally appeared ki , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Glenn Thurman Inc for the purposes and consideration therein expressed and in the capacity therein stated. GIVE UNDER MY HAND AND SEAL OF OFFICE this 1�1 " "— day of 20A0 O`PpY PUS/ TRACI A. MEEK Notary Public * * State of Texas Notary Public in and for the State of Texas N��TFOF�E�PyMv ComlmD. Expires 06406-2020 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Bar C Ranch Phase 8 CPN No. 102179 I 00 52 43 - 1 Developer Awarded Project Agreement Page I of 4 1 2 SECTION 00 52 43 AGREEMENT 3 4 5 THIS AGREEMENT, authorized on 2-ay-2, 26 is made by and between the Developer, Forestar (USA) Real Estate Group, Inc., authorized to do business in Texas ("Developer") , and 6 Glenn Thurman, Inc., authorized to do business in Texas, acting by and through its duly 7 authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: Q 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: O 16 Bar C Ranch Phase 8 17 City Proiect No. 102179 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 60 calendar days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 28 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded D 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay D 35 Developer One Thousand Two Hundred and Thousand Two Hundred and Fi�� Dollars ($1250.00 for each day that 36 expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues rl 37 the Final Letter of Acceptance. 1 CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102179 Revised June 16, 2016 J y 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of One Million, Seven Hundred Thirty -One Thousand. 41 Five Hundred Forty -Six Dollars and Eighty -Five Cents ($1.731.546.85). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Bar C Rauch Phase 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102179 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused, in whole or in part, by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part. 95 by any act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Bar C Rmich Phase 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102179 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 117 118 7.6 Authority to Sign. 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly 120 authorized signatory of the Contractor. 121 122 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 123 counterparts. ►- 124 125 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 126 Contractor: Developer: Glenn Th rmanInc. Forestar USA Real Estate Group, Inc. B (Signature) (Signatu e) > Thomas H. Burleson Ir Caty R. Maynor Senior Vice President (Printed Name) (Printed Name) Title: EXECUTIVE VICE PRESIDENT Title: Company Name: Glenn Thurman, Inc. Company name: Forestar (USA) Real Estate Group, Inc. Address: P.O. Box 850842 Address: 2221 E. Lamar Blvd, Suite 790 City/State/Zip: Mesquite, TX 75185 City/State/Zip: Arlington, TX 76006 ZQ a'�--2y- 2d2- Date Date 127 I 10 CITY OF FORT WORTH Bar C Rmich Phase 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102179 Revised June 16, 2016 DATE DD/YYYY) ® E (MM/ A� o CERTIFICATE OF LIABILITY INSURANCE E(MM/ D/Y 020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. ii If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . PRODUCER NAME: NTACT Pe Mauldin Marsh & McLennan Agency LLC PHONE g72-770-1642 FAX No 8144 Walnut Hill Lane, 16th Floor E-MAIL Dallas TX 75231 ADDRESS: Peggy_Mauldin@MHBT.com L, r M _ INSURER A: National Trust Insurance Company 20141 INSURED GLENNTHURM INSURER B: FCCI Insurance Company 1017E Glenn Thurman, Inc. INSURER C : Berkley National Insurance Company 38911 P.O. Box 850842 Mesquite TX 75185-0842 INSURER D : nnVFRACFR CFRTIFICATF NLIMRFR, 313R7931n RFVlglnN NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1LTR TYPE OF INSURANCE ADDL UBR POLICY NUMBER MM/DD EFF MM/DD E11P LIMITS A X COMMERCIAL GENERAL LIABILITY GL100032058 11/1/2019 11/1/2020 EACH OCCURRENCE $1,000,000 CLAIMS -MADE FkI OCCUR PREMISES Ea occurrence $100,000 X MED EXP (Any oneperson) $ 5,000 Contel Liab X $10,000 PD Ded PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000.000 POLICY PRO- LOC ROTHER: PRODUCTS -COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY CA100032057 11/1/2019 11/1/2020 (COMBINED SINGLE LIMIT Ea axident $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per axident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY B X UMBRELLA LIAO X OCCUR UMB100032972 11/1/2019 11/1/2020 EACH OCCURRENCE $1,000,000 AGGREGATE $1,000.000 IAR CLAIMS -MADE MI RETENTION $ g WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE M OFFICERIM EMBER EXCLUDED? N / A WC00005118 11/1/2019 11/1/2020 X I STATUTE ERH E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory In NH) Kiss describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Excess Umbrella Liability CEX0960339201 11/1/2019 11/1/2020 Each Occurrence $10,000,000 Aggregate Limit $10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached N more space Is required) Excess Umbrella Liability Policy No: MKLM4EUE100520 Coverage term: 11/01/2019 to 11/01/2020 Carrier: Markel American Insurance Company Each Occurrence Limit: $10,000,000 Aggregate Limit: $10,000,000 Inland Marine -Contractors Equipment Policy No: RHDD71631901 Coverage term: 11/01/2019 to 11/01/2020 See Attached... f_FRTIFIr`ATF 41n1 nFR (_ANf'_FI I ATInIN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 200 Texas Street A trTHORREDREPRESENTATIVE Fort Worth Tx 76102 (� m 1988-2015 ACORD CORPORATION. All rights reserved. I f ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: GLENNTHURM LOC #: ACORE0 AGENCY Marsh & McLennan Agency LLC POLICY NUMBER CARRIER ADDITIONAL REMARKS SCHEDULE NAIC CODE THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 NAMED INSURED Glenn Thurman, Inc. P.O. Box 850842 Mesquite TX 75185-0842 EFFECTIVE DATE: FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE vier: Hanover Insurance Company eduled Equipment Limit: Per schedule on file with company sed & Rented Equipment: $1,000,000 Occurrence Deductible: $2,500 Any Item Valued under $100,000 - $5,000 for Any Item Valued $100,000 and Over Additional Insured form #CGL121 edition 04/13 applies to the General Liability policy. Additional Insured form #CAU058 edition 05/19 applies to the Automobile Liability policy. Waiver of subrogation form #CGL088 edition 01/15 applies to the General Liability policy. Waiver of subrogation form CAU058 edition 05/19 applies to the Automobile Liability policy. Waiver of subrogation form WC4203011 edition 07/17 applies to the Workers Compensation policy. Waiver of subrogation form CU2282 edition 06/04 applies to the Umbrella Liability policy. Primary & Non -Contributory General Liability form #CG2001 edition 04/13. Page 1 of 1 The General Liability and Automobile Liability policies include a blanket additional insured endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Automobile Liability Workers Compensation and Umbrella Liability policies include a blanket waiver of subrogation endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy contains an endorsement with "Primary and Non -Contributory" coverage to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such wording. The General Liability policy does not contain an exclusion for XCU. The Umbrella Liability policy will include as an additional insured any additional insured under any policy of "underlying insurance". The schedule of underlying insurance on the Umbrella policy includes the General Liability, Automobile Liability, and the Workers Compensation Employers Liability. The Umbrella Liability policy will follow form the underlying policies subject to policy terms, conditions and exclusions. Notice of Cancellation form #I1-060 edition 07113 applies to the General Liability policy. Notice of Cancellation form #I1-060 edition 07/13 applies to the Automobile Liability policy. Notice of Cancellation form #WC420601 edition 01/94 applies to the Workers Compensation policy. Notice of Cancellation form #I1-060 edition 07/13 applies to the Excess Liability policy. The General Liability, Automobile Liability, Worker's Compensation and Excess liability policies include a blanket notice of cancellation to the certificate holder endorsement, providing for (30) days' advance written notice if the policy Is canceled by the company, or 10 days' written notice before the policy is canceled for nonpayment of premium. Notice is sent to certificate holders with mailing addresses on file with the agent or the company. The endorsement does not provide for notice of cancellation to the certificate holder if the named insured requests cancellation. RE: Bar C Ranch Phase 8 IACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DATE (MM/DD/YYYY) A� o® CERTIFICATE OF LIABILITY INSURANCE 1/31/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . PRODUCER CONTACT Marsh & McLennan Agency LLC PHONE Pe Mauldin Fax 8144 Walnut Hill Lane, 16th Floor Extie 972-770-1642 A/c No): Dallas TX 75231 ADDRESS: Peggy—Mauldln@MHBT.com MHBT.com INSURER A: National Trust Insurance Company 20141 INSURED GLENNTHURM INSURER B: FCCI Insurance Company 1017E Glenn Thurman, Inc. INSURERC: Berkley National Insurance Company 38911 P.O. Box 850842 Mesquite TX 75185-0842 INSURERD: II INSURER E : INSURER F [_nVFRAnFA CFRTIFICATF NHMRFR* 199RRA77g7 RFVISIAN N1"MRFR� THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I�TR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY YY LIMITS A X COMMERCIAL GENERAL LIABILITY GL100032058 11/1/2019 11/1/2020 EACH OCCURRENCE $1,000.000 CLAIMS -MADE PDOCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 X MED EXP (Any oneperson) $ 5,000 Contfl Llab X $10.000 PD Ded PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PPOLICY JECTPRO- LOC PRODUCTS -COMP/OP AGG $ 2,000,000 $ OTHER: B AUTOMOBILE LIABILITY CA100032057 11/1/2019 11/1/2020 COMBINED SINGLE LIMIT Ea accident $1,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS rX BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per a.Id I $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY B X UMBRELLA LIAO X OCCUR UMB100032972 11/1/2019 11/1/2020 EACH OCCURRENCE $1,000,000 AGGREGATE $1,000,000 EXCESS LIAR CLAIMS -MADE $ DED I X I RETENTION B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? Lli N / A WC00005118 11/1/2019 11/1/2020 X I STATUTE ERH E.L. EACH ACCIDENT $1,000,000 (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 E.L. DISEASE - POLICY LIMIT C Excess Umbrella Liability CEX0960339201 11/1/2019 11/1/2020 Each Occurrence Aggregate Limit $10,000,000 $10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) Excess Umbrella Liability Policy No: MKLM4EUE100520 Coverage term: 11/01/2019 to 11/01/2020 Carrier: Markel American Insurance Company Each Occurrence Limit: $10,000,000 Aggregate Limit: $10,000,000 Inland Marine -Contractors Equipment Policy No: RHDD71631901 Coverage term: 11/01/2019 to 11/01/2020 See Attached... f_FRTIFIr ATF Nnl r1FR 1%ANr_FI I ATInIM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Forester (USA) Real Estate Group Inc 2221 E Lamar Blvd, Ste 790 Arlington TX 76006 AUTHORIZED REPRESENTATIVE IACORD 25 (2016/03) 01988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: GLENNTHURM LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Marsh & McLennan Agency LLC Glenn Thurman, Inc. P.O. Box 850842 POLICY NUMBER Mesquite TX 75185-0842 CARRIER I NAIC CODE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 EFFECTIVE DATE: FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE ier: Hanover Insurance Company eduled Equipment Limit: Per schedule on file with company sod & Rented Equipment: $1,000,000 Occurrence Deductible: $2,500 Any Item Valued under $100,000 - $5,000 for Any Item Valued $100,000 and Over ial Insured form #CGL121 edition 04/13 applies to the General Liability policy. ial Insured form #CAU058 edition 05/19 applies to the Automobile Liability policy. of subrogation form #CGL088 edition 01/15 applies to the General Liability policy. of subrogation form CAU058 edition 05/19 applies to the Automobile Liability policy. of subrogation form WC4203011 edition 07/17 applies to the Workers Compensation policy. of subrogation form CU2282 edition 06/04 applies to the Umbrella Liability policy. & Non -Contributory General Liability form #CG2001 edition 04/13. General Liability and Automobile Liability policies include a blanket additional insured endorsement to the certificate holder only when there is a written ract between the named insured and the certificate holder that requires such status. General Liability, Automobile Liability Workers Compensation and Umbrella Liability policies include a blanket waiver of subrogation endorsement to the flcate holder only when there is a written contract between the named insured and the certificate holder that requires such status. General Liability policy contains an endorsement with "Primary and Non -Contributory" coverage to the certificate holder only when there is a written contract Teen the named insured and the certificate holder that requires such wording. General Liability policy does not contain an exclusion for XCU. Umbrella Liability policy will include as an additional insured any additional insured under any policy of "underlying insurance". schedule of underlying insurance on the Umbrella policy includes the General Liability, Automobile Liability, and the Workers Compensation Employers Umbrella Liability policy will follow form the underlying policies subject to policy terms, conditions and exclusions. Notice of Cancellation form #I1_060 edition 07/13 applies to the General Liability policy. Notice of Cancellation form #I1_060 edition 07/13 applies to the Automobile Liability policy. Notice of Cancellation form #WC420601 edition 01/94 applies to the Workers Compensation policy. Notice of Cancellation form #I1_060 edition 07/13 applies to the Excess Liability policy. General Liability, Automobile Liability, Worker's Compensation and Excess liability policies include a blanket notice of cancellation to the certificate holder >rsement, providing for (30) days' advance written notice if the policy is canceled by the company, or 10 days' written notice before the policy is canceled for )ayment of premium. Notice Is sent to certificate holders with mailing addresses on file with the agent or the company. The endorsement does not provide once of cancellation to the certificate holder if the named insured requests cancellation. RE: Bar C Ranch Phase 8 I ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD a QZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND I� POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Ricardo J. REYNA, Tina MCEWAN, Don E. CORNELL, Joshua SAUNDERS, Robbi MORALES, Sophinie HUNTER, Kelly A. WESTBROOK and Tonic PETRANEK, all of Dallas, Texas, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, sea] and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 8'" day of November, A.D. 2019. +y SaL 5 tiia ��l duod ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT' COMPANY OF MARYLAND By: Robert D. Murray Vice President )mot, 4 vim-- - By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 8th day of November A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Np�uut►/r Constance A. Dunn, Notary Public ,,+i !r �• ••,ksnpj�d� My Commission Expires: July 9, 2023 111 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." ` CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By - Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, ' I this day of LJ wok, i c � MAL By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: 0 Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 0 www.reportsfclaims(a)zurichna.com 800-626-4577 0 I ZURICH Texas Important Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informaci6n o para presentar una queja: You may call Zurich North America's toll -free telephone Usted puede Ilamar al n6mero de tel6fono gratuito de number for information or to make a complaint at: Zurich North America's para obtener informaci6n o para 1-800-382-2150 presentar una queja al: 1-800-382-2150 You may contact the Texas Department of Insurance to Jobtain information on companies, coverages, rights, or Usted puede comunicarse con el Departamento de Se - complaints at: guros de Texas para obtener informaci6n sobre com- 1-800-252-3439 pahlas, coberturas, derechos, o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance: Usted puede escribir al Departamento P.O. Box 149104 de Seguros de Texas a: Austin, TX 78714-9104 P.O. Box 149104 Fax: (512) 490-1007 Austin, TX 78714-9104 Web: www.tdi.texas.gov Fax: (512) 490-1007 E-mail: ConsumerProtection@tdi.texas.gov Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concern about a claim, you should contact t the dispute is not resolved, you ma Department of Insurance. QATTACH THIS NOTICE TO YOUR This notice is for information only a ! I a part or condition of the attached '1 ing your premium or DISPUTAS POR PRIMAS DE SEGUROS O he company first. If RECLAMACIONES: y contact the Texas Si tiene una disputa relacionada con su prima de seguro o con una reclamaci6n, usted debe comunicarse con la compafifa primero. Si la disputa no es resuelta, usted POLICY: puede comunicarse con el Departamento de Seguros de nd does not become Texas. document. ADJUNTE ESTE AVISO A SU P6LIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condici6n del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 t� 0 1 Bond No. 9330031 j� 0062 13- 1 (� PERFORMANCE BOND Pagel of 2 1 SECTION 00 6213 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Glenn Thunman. Inc. , known as "Principal' herein 8 and Colonial American Casualty and Surety Company , a corporate surety(sureties, if more 9 than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether 10 one or more), are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group, 11 Inc., authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 12 municipal corporation ("City'), in the penal sum of, One Million, Seven Hundred Thirty -One 13 Thousand. Five Hundred Fortv-Six Dollars and Ei -Five Cents ($1.731.546.85), lawful money 14 of the United States, to be paid in Fort Worth, Tan -ant County, Texas for the payment of which 15 sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA19-0101; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded `( 22 the day of )Cchr,),rV , 20 Sc, which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Bar C Ranch Phase 8. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, L3 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. su CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised Jarny 31, 2012 Bar CR=h Phase 8 CPN No.102179 I I 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 '0 5 6 0 7 8 '0 11 111 9 0 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the ;?N day of 20 2v. ATTEST: 4j� (Principal) Secretary fitness as to Principal jaw, Witness as to Surety PRINCIPAL: Glenn Thurman. Inc. Gary A. Maynor EXECUTIVE VICE P1 Name and Title Address: P. O. Box 850842 Mesquite, TX 75185 SURETY: Colonial American Casualty and Surety Company Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas, TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN No.102179 Revised January 31, 2012 a Bond No. 9330031 A] d, I J 00 6214 - 1 PAYMENTBOND Page 1 of 2 1 SECTION 00 6214 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, _Glenn Thurman, Inc. , known as "Principal" herein, and 8 Colonial American Casualty and SII[ety Cnmpany , a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Fore r 11 (USA) Real Estate Group. Inc. , authorized to do business in Texas "(Developer'), and the City of 12 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One Million, Seven 13 Hundred Thirty -One Thousand Five Hundred Forty -Six Dollars and Eighty -Five Cents 14 ($1731,546.85), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for the payment of which sum well and truly be made jointly unto the Developer and the 16 City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and 17 assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA19-0101;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the o?q day of L, r4 , 20 Za , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Bar C Ranch Phase & 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 CPN No. 102179 9 M K 0 3 006214-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the `� day of 6 b,jso• 20 Z� . ATTES J4__l (P ' cip Secretary . f W ess as to Principal ATTEST: (Surety) Secretary PRINCIPAL: Glenn Thurrylan, Inc. BY: tur gIMavnoSUPREXECVICE E Name and Title Address: P. O. Box 850842 Mesquite, TX 75185 SURETY: Colonial American Casualty and Surety Company BY: Signature Robbi Morales, Attorney -in -fact Name and Title jaa�,0- Address: 5005 LBJ Freeway, Suite 1500 144,Dallas, TX 75244 Witness as to Surety Telephone Number: 214/989-0000 8 9 Note: If signed by an officer of the Surety, there must be on file a certifled extract from the 10 bylaws showing that this person has authority to sign such obligation. If Surety's physical 11 address is different from its mailing address, both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 CPN No. 102179 Al 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 O t� 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 and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Norther District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 CPN No.102179 0 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the ,�� day of b r 3 , 20 ?�. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: (Principal) SecretOy Witness as to Principal ATTEST:..� 2zolu1I,I,� ' Wo (Sure Secretary Oa--� ,-4��0W „j Witness as to Surety PRINCIPAL: Glenn ThOrman, Inc. Garf'. ciR. Maynor EXECUTIVE VICE PR Name and Title Address: P. O. Box 850842 Mesquite TX 75185 SURETY: Colonial American Casualty and Surety Company BY•�e�«/�yt Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas, TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar CRanch Phase 8 CPN No. 102179 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP-BIDPROPOSAL Page 5 of 7 Bidder's Application Project Item Information Bidders Proposal Bidlist I No Description Specification Section No. Unit of measure Bid Quantity]Unit Price Bid Value UNIT V: ST EET LIGHTING IMPROVEMENTS 1 2 3 2605.3015 2" Condt PVC SCH 80 (T) 3441.3301 Rdwy Ilium Foundation TY 1 26 05 33 LF EA 3900 50 3 $7.84 $30,576.00 34 41 20 $1,109.00 $55,450.00 3441.3302 Rdwy Ilium Foundation TY 3 34 41 20 EA $1,581.00 $4,743.00 4 3441.3401 10-10-10 Triplex CU Elec Conductor 34 41 20 LF 3900 $3.37 $13,143.00 5 9999.0001 Rdwy Illum. Assembly TY 11 38 41 20 EA 50 $2,092.00 $104,600.00 6 9999.0001 Rdwy Illum. Assembly TY 18 w/dbl 33A arm 35 4120 EA 3 $4,363.00 $13,089.00 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37. 38 39 40 41 42 43 44 45 TOTAL U • STREET LIGHTING IMPROVEMENIg $221,601.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEMCATION DOCUl ff1YTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bar C Ranch PHS 00 42 43-Bid Propoaal_DAPxU 0 7 7 0 0 J SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist I Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS - UNIT II: SANITARY SEWER IMPROVEMENTS - UNIT III: DRAINAGE IMPROVEMENTS - UNIT IV: PAVING IMPROVEMENTS - UNIT V: STREET LIGHTING IMPROVEMENTS $221,601.00 UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS - Total Construction Bid 1 $221.601.00 This Bid is submitted by the entity named below: BIDDER: Company Name: Address: Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Ri rd Wolfe TITLE: Pres ent DATE: 12/18/2019 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECH ICATION DOCUMFJATS - DEVELOPER AWARDED PROJECTS Form Venion May 22, 2019 45 working days after the date when the Bar C Rawh PHS 00 42 43, Bid Proposal, DAPj& J D I 2 3 D 4 5 6 O 7 8 a 9 10 11 12 13 14 15 lJ 16 17 18 ri 19 20 21 22 23 24 25 26 27 28 0 0 00 45 12 - 1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Roadway and Pedestrian Lighting Independent Utility Construction, Inc. 04/03/2021 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc. By: Richard Wolfe Company Please Print) 5109 Sun Valley Drive Signature: _ KOS?", Address Fort Worth. TX 76119 Title: President City/State/Zip (Please Print) Date: 12/20/2019 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Bar C Ranch Phase 8 CPNNo. 102179 :1 0 :l 7 0 0 0 a 0 0 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 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. 102179. 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: Independent Utility Construction. Inc. By: Richard Wolfe Company ase Print) 5109 Sun Valley Drive Signature: K6U Address Fort Worth, TX 76119 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Independent Utility Construction. Inc. for the purposes and consideration therein expressed and in the capacity therein stated. ;ilv u�vDE NAND AT -MEAL OF OFFICE this �0 day of J�iC f'Y1,��( , 20 L. 1 Li'W CHRISTINA GARCIA tary Public, State of Texasmm. Expires 12.20-2020Notary ID 130840785 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Public in and for the State of Texas Bar C Ranch Phase 8 CPNNo. 102179 a 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on - N -2-' 2' is made by and between the Developer, Q 5 Forestar (USA) Real Estate Grout). Inc., authorized to do business in Texas ("Developer") , and 6 Independent Utility Construction. Inc.. authorized to do business in Texas, acting by and through 7 its duly authorized representative, ("Contractor"). a8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: ('I 10 Article 1. WORK J 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. f 13 Article 2. PROJECT u 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Bar C Ranch Phase 8 17 City Proiect No. 102179 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. e 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 45 calendar days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer Q 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of r 30 31 the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay J 35 Developer One Thousand, Two Hundred and Fifty Dollars ($1250.00) for each day that 36 expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues 37 the Final Letter of Acceptance. CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102179 Revised June 16, 2016 J 0 0 I JI U U J 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Two Hundred Twenty -One Thousand, Six Hundred One 41 Dollars ($221.601.00). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CrrY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102179 Revised June 16,2016 7 0 IIL 9 tq I W 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused. in whole or in part. by any aa omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part. 95 by any act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. O 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102179 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 117 118 7.6 Authority to Sign. i 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly 120 authorized signatory of the Contractor. 1 121 122 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 123 counterparts. 124 125 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 126 Contractor: Developer: Independent Utility Construction, Inc. Forestar SA Real Es ate Group, Inc. &. 60 B: B: I (Si re) (Signature) (� Thomas H. Burleson �J Richard Wolfe Senior Vice President a(Printed Name) (Printed Name) Title: President Title: Company Name: Independent Utility Company name: Forestar (USA) Real Estate Construction, Inc. Group, Inc. Address: 5109 Sun Valley Drive Address: 2221 E. Lamar Blvd, Suite 790 a City/State/Zip: Fort Worth, TX 76119 City/State/Zip: Arlington, TX 76006 Date Date Q 127 ,,�Nw uugq�i r,ONSrgU �•. ........... _ 2 �U0 �A y SEAiLm�= O=go"og / *sees* CITY CITY OF FORT WORTH Bar C Ranch Phase 8 `l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS 102179 Revised June 16, 2016 r l I I I 0 I I IMPORTANT NOTICE To obtain information or make a complaint You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx. us E-mail: ConsumerProtection(@.tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny 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. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(otdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company 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. .n.J rvn Cn — ^4 —MICT Jvrcnt.0 VCJ ANY F'KtV1UUJ PUWCK OC/•n..•v ..n -- POWER # AND ISSUED PRIOR TO 04120/11, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 4220052 06 General Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its prFhcipal office in Westfield Center, Medina County, Ohio, do by these Opresents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship------------------------------ -------- -- ----- ---- -- -- - -- --- - aLIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE .GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed` -by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . (•� Corporate �•''sy�""%.,� •• •"�ONA(•j' "�p'"�•'"•per WESTFIELD INSURANCE COMPANY U ,� \11SU Seals trQ `a..»•••.�!C� r�� ••ap• !ypG•; •:"!•/C'� WESTFIELD NATIONAL INSURANCE COMPANY Affixed •asw `po; o; ••.P �:•'•••� e�• OHIO FARMERS INSURANCE COMPANY �•' , >ro 'iL: SEAL 9z CN�RTFREj33 State of Ohio �0y"""""•'••• k `••• ""••••• By: yRichard L. Kinnaird, Jr., National Surety Leader and J County of Medina ss.: Senior Executive On this loth day of APRIL A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD r.�NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described In and which executed the above Instrument; that he knows the seals of said Companies; that the seals affixed to said Instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial �,,,.•«•«w.,,y Seal a1 A L S F y Affixed .(Q\\�11�/%F'•c= 1 O ,y • William J. Kahelin, A rney at Law, Notary Public State of Ohio My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: .'oti�6Fp i I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are In full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said ,Companies_ at Westfield Center, Ohio, this day of A.D., �'`aSYR.tpc+, ay. �•• �yXX •••tF 'i Ir 7ev,-A GN�TEREp 33 Secretary 1848 ; -* Frank A. CarrinoSeecretary BPOAC2 (combined) (06-02) LL r L ACORO® CERTIFICATE OF LIABILITY INSURANCE P�MIDDIYYYl (M1r) 2119/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Joyce Womack The Sweeney Company 1121 E. Loop 820 South PHOjAMN c (g17) 457-6700 FAX aC No : (817) 457-7246 ADDRESS: Joyce@thesweeneyco.com INSURER(S) AFFORDING COVERAGE NAIC # P O Box 8720 INSURER A : Am Cas Co of Reading, PA 20427 Fort Worth TX 76124-0720 INSURED INSURER B : Continental Casualty Co 20443 Independent Utility Construction, Inc. INSURER C : Travelers Property & Cas Group 41769 5109 Sun Valley Drive INSURER D : Texas Mutual Insurance Company 22945 INSURER E : Fort Worth TX 76119-6411 INSURERF: CAVFRAGFS CERTIFICATE NUMRFR- RFVISInN NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I�TR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM/DD EFF MMIDD OLICY P LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000 X MEDEXP(Any one ) y 15,000 CONTRACTUAL X XCU PERSONAL & ADV INJURY $ 1,000,000 A 6076055350 03/31/2019 10/31/2020 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 RPOLICY ❑X JECT LOC PRODUCTS-COMPIOPAGG $ 2,000,000 $ XOTHER: $1,000 Ded per PD Occ AUTOMOBILE LIABILITY COMBINED SINGLE LI IT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO B OWNED SCHEDULED AUTOS ONLY AUTOS 6076055364 03/31/2019 10/31/2020 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY S X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 C EXCESS LIAB CLAIMS -MADE ZUP-31N12042-19-NF 03/31/2019 03/31/2020 DED X RETENTION $ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETOR/PARTNER/EXECUTIVE a OFFICER/MEMBER EXCLUDED9 (Mandatory In NH) NIA 0010713602 10/31/2019 10/31/2020 PER OTH- X STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Proj 102179 Bar C Ranch Phase 8. WC, GL & auto include a blanket automatic waiver of subrogation endorsement & the GL, auto include a blanket automatic additional insured endorsement providing additional insured & waiver of subrogation status to the certificate holder only when there is a written contract between the named insured & the certificate holder that requires such status. The additional insured endorsements contains special primary & noncontributory wording. Umbrella follows form. CITY OF FORT WORTH 200 TEXAS ST FT WORTH i I TX 76102 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. �ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD .4 Rbr CERTIFICATE OF LIABILITY INSURANCE DATE(MIr) 12/19/2019s/zols THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Joyce Womack NAME: The Sweeney Company PHONE (817) 457-6700 FAXM. No : (817) 457-7246 1121 E. Loop 820 South E-MAIL ADDRESS: Joyce@thesweensyco.com P O BOX 8720 INSURERS AFFORDING COVERAGE NAIC # Fort Worth TX 76124-0720 INSURERA: Am CBS Co of Reading, PA 20427 INSURED INSURER B : Continental Casualty Co 20443 Independent Utility Construction, Inc. INSURER c : Travelers Property & Cas Group 41769 5109 Sun Valley Drive INSURER D : Texas Mutual Insurance Company 22945 INSURER E: Fort Worth TX 76119-6411 1INSURER F : 0 COVERAGES fr 4 h r I CFRT IFICOTF NIIMRFR' DC\ACIAM NI IaaQCG- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AOULSUBR INSD WVD POLICY NUMBER EFF MMIDD POLICY MWDD P LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR CONTRACTUAL EACH OCCURRENCE $ 1.000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000 X MED EXP (Any oneperson) $ 15,000 X XCU PERSONAL &ADV INJURY f 1,000,000 A 6076055350 03/31/2019 10/31/2020 GEN'LAGGREGATE LIMITAPPLIES PER: POLICY ❑X JECT LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMP/OPAGG $ 2.000,000 X OTHER: $1,000 Ded per PD Occ t AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X ANY AUTO BODILY INJURY (Per person) $ B OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON-OWNED ONLY AUTOS ONLY 6076055364 03/31/2019 10/31/2020 BODILY INJURY (Per accident) $ PROPERTY DAMAGE PROPERAUTOS per acddenl a X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 AGGREGATE y 3.000,000 C EXCESS LIAS CLAIMS -MADE ZUP-31N12042-19-NF 03/31/2019 03/31/2020 DED I X1 RETENTION $ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBEREXCLUDED? (Mandatory In NH) It yes, describe under DESCRIPTION OF OPERATIONS below NIA 0010713602 10/31/2019 10/31/2020 X1 STATUTE ERH E.L. EACH ACCIDENT t 1,000,000 E.L. DISEASE -EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT E 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Proj 102179 Bar C Ranch PHase 8. WC, GL & auto policies include a blanket automatic waiver of subrogation endt & the GL & auto policies include a blanket automatic additional insured endt providing additional insured & waiver of subrogation status to the cart holder when there is a written contract between the named insured & the cart holder that requires such status. The GL additional insured endt contains special primary & noncontributory wording. The policies include an endt providing 30 days notice of cancellation (10 days for non-payment of premium) to the cart holder. Umbrella follows form the underlying policies. FORESTAR (USA) REAL ESTATE GROUP INC 2221 E LAMAR BLVD STE 790 ARLINGTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE TX 76006-7458 IACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD n I 006213-1 PERFORMANCE BOND Page I of 2 Bond No. 049448T 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Independent U1ililyConsimcaon.h,c. , known as "Principal" herein and 9 Westfield Insurance Company , a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the Developer, Forestal- (USA) Real Estate Group, Inc., 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 13 corporation ("City"), in the penal sum of, Two ti mled hvoVy (hie Thou vid, Six Htmdnd-One DoUirs 14 ($221,C01.00---------- ), lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas for the payment of which sum well and truly to be made jointly unto the 16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, 17 successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number 654 t`i ; and 1 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the � day of 20 2 Which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Bar creel: Ranch Phan 8 City Project No. 102179 26 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and 29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. 33 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 34 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 35 Worth Division. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 City Project No. 102179 �1_ 13 5 I L(i I I 0 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 006213-2 PERFORMANCE BOND Page 2 of 2 Bond No. 049448T This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 02`( day of 20'Zv ATTEST: (Princlp retaly fitness as to Principal LL,.A,� Witness as to Surety Gala Harris PRINCIPAL: INDEPENDENT UTILITY CONSTRUCTION, INC. BY: Aex,.r f ignature Richard Wolfe, President Name and Title Address: 5109 Sun Valley Drive Fort Worth, Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: _ gnature Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telephone Number: 972-516-2600 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is'awarded. CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 102179 Revised January 31, 2012 0 a 0 it 0 ® a I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1.6 17 18 19 20 21 22 23 24 25 26 SECTION 00 62 14 PAYMENT BOND THE STATE OF TEXAS § COUNTY OF TARRANT § 0062 14- 1 PAYMENT BOND Page 1 of 2 Bond No. 049448T KNOW ALL BY THESE PRESENTS: That we Independent Utility Construction. Inc. known as "Principal" herein, and Westfield Insurance Company —, a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group, Inc., authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Two HimdrulTwenty One77iouvnd,Six HimAredOne Uollms ($ 221.6�1•��----------- ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth, by and through a Community Facilities IA Agreement, CFA Number C.r; and F1 d WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the _day of Fe�/ ti� `( _, 20_1 _, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all ]materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as -B;r creel: Ranch Phase 8 City Project No. 102179 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all ]monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 33 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 34 accordance with the provisions of said statute. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 City Project No. 102179 0 006214-2 PAYMENT BOND Page 2 of Bond No. 049448T I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 9K day of 3 &Fjrya r�1 _, 20 2- . 4 PRINCIPAL: INDEPENDENT UTILITY CONSTRUCTION, INC. Witness as to Principal BY: lr'490�c Sig ature Richard Wolfe, President Name and Title Address: 5109 Sun valley Drive Fort Worth, Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY ATTEST: BY: �- SignatW4" Kyle W. Sweeney, Attorney -in -Fact (Surety) Secretary Frank A. Carrmo Name and Title Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Witness as to Surety Gala Harris Telephone Number: 972-516-2600 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I I END OF SECTION 12 JCITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 102179 Revised January 31, 2012 I J n 11 -11 0062 19- 1 MAINTENANCE BOND Page I of Bond No. 049448T 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Independent uiitily ComtnicGon. hnc. , known as "Principal" herein and 9 Westfield Insurance Company , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group Inc., 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 13 corporation ("City"), in the sum ofTwo Hundred Twenty -One Thousand, Six Hundred -One Dollars 14 ($ 22 1.601.00----- ..), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for payment of which sum well and truly be made jointly unto the Developer and the City 16 as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, 17 successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFI 14� ; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded they _ day of /-��b� J "i , 20 ?', which Contract is 23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 25 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 26 the "Work") as provided for in said Contract and designated as Bar Creek Ranch Phase 8 City Project No. 102179 27 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 J CITY OF FORT WORTH Bar C Ranch Phase 8 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 102179 Revised January 31, 2012 11 K R Lf I 1' 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 006219-2 MAINTENANCE BOND Page 2 of 3 Bond No. 049448T WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 City Project No. 102179 0 0 0 I I ill 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 006219-3 MAINTENANCE BOND Page 3 of 3 Bond No. 019448T IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the % day of IQ 20 Z' ATTES1 T: (rincipal) S retary n as to Principal ATTEST: (Surety) Secretary Frai • A. Carrino Witness as to Surety gala Harris PRINCIPAL: INDEPENDENT UTILITY CONSTRUCTION, I BY: Ignatu Richard Wolfe, President _ Name and Title Address: 5109 Sun Valley Drive Fort Worth, Texas 76119 SURETY WESTFIELD INSURANCE COMPANY lMMAMMUL-am. i/��`�-2 Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 555 Republic Drive. Suite 150 Plano, Texas 75074 Telephone Number: 972-516-2600 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bar C Ranch Phase 8 City Project No. 102179 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: ____________________________________________________________ Write the name of the railroad company. (If none, then write 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: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b.Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write 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- none none none 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. (Check this box if there is any City Participation) 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 x 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 x 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 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents 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. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. 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. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City’s opinion, acceptance will require substantial revision of the original design d. In the City’s opinion, substitution will not perform adequately the function consistent with the design intent 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. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT 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 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 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. 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. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 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. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 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 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 01 33 00 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 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 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 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Air Pollution Watch Days 10 e. Use of Explosives, Drop Weight, Etc. 11 f. Water Department Notification 12 g. Public Notification Prior to Beginning Construction 13 h. Coordination with United States Army Corps of Engineers 14 i. Coordination within Railroad permits areas 15 j. Dust Control 16 k. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 3. Section 33 12 25 – Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Measurement 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 21 Specification 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation (TxDOT): 26 a. Notify the Texas Department of Transportation prior to commencing any work 27 therein in accordance with the provisions of the permit 28 b. All work performed in the TxDOT right-of-way shall be performed in 29 compliance with and subject to approval from the Texas Department of 30 Transportation 31 B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines (more than 600 volts measured between 34 conductors or between a conductor and the ground) shall be in accordance with 35 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage-type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines 45 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Notification shall be given to: 1 1) The power company (example: ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record 3 action taken in each case. 4 b. Coordination with power company 5 1) After notification coordinate with the power company to: 6 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 7 lower the lines 8 c. No personnel may work within 6 feet of a high voltage line before the above 9 requirements have been met. 10 C. Confined Space Entry Program 11 1. Provide and follow approved Confined Space Entry Program in accordance with 12 OSHA requirements. 13 2. Confined Spaces include: 14 a. Manholes 15 b. All other confined spaces in accordance with OSHA’s Permit Required for 16 Confined Spaces 17 D. Air Pollution Watch Days 18 1. General 19 a. Observe the following guidelines relating to working on City construction sites 20 on days designated as “AIR POLLUTION WATCH DAYS”. 21 b. Typical Ozone Season 22 1) May 1 through October 31. 23 c. Critical Emission Time 24 1) 6:00 a.m. to 10:00 a.m. 25 2. Watch Days 26 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 27 with the National Weather Service, will issue the Air Pollution Watch by 3:00 28 p.m. on the afternoon prior to the WATCH day. 29 b. Requirements 30 1) Begin work after 10:00 a.m. whenever construction phasing requires the 31 use of motorized equipment for periods in excess of 1 hour. 32 2) However, the Contractor may begin work prior to 10:00 a.m. if: 33 a) Use of motorized equipment is less than 1 hour, or 34 b) If equipment is new and certified by EPA as “Low Emitting“, or 35 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 36 alternative fuels such as CNG. 37 E. TCEQ Air Permit 38 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 39 F. Use of Explosives, Drop Weight, Etc. 40 1. When Contract Documents permit on the project the following will apply: 41 a. Public Notification 42 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 43 prior to commencing. 44 2) Minimum 24 hour public notification in accordance with Section 01 31 13 45 G. Water Department Coordination 46 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 H. 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 I. 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 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Prepare 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 J. 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 K. 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 3. Railroad Flagmen 36 a. Submit receipts to City for verification of working days that railroad flagmen 37 were present on Site. 38 L. Dust Control 39 1. Use acceptable measures to control dust at the Site. 40 a. If water is used to control dust, capture and properly dispose of waste water. 41 b. If wet saw cutting is performed, capture and properly dispose of slurry. 42 M. Employee Parking 43 1. Provide parking for employees at locations approved by the City. 44 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 13 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 EXHIBIT B 1 2 3 4 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 City’s Buzzsaw site, or another external FTP site approved by the City. 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans 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 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC 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. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 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 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard Products List B. 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. C. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. D. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. E. See Section 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 - 2 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 10/12/12 D. Johnson Modified Location of City’s Standard Product List 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 CLEANING Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 CLEANING Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of 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. 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03 30 00 - 1 CAST-IN-PLACE CONCRETE Page 1 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 03 30 00 1 CAST-IN-PLACE CONCRETE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, 6 mixture design, placement procedures and finishes, for the following: 7 a. Piers 8 b. Footings 9 c. Slabs-on-grade 10 d. Foundation walls 11 e. Retaining walls (non TxDOT) 12 f. Suspended slabs 13 g. Blocking 14 h. Cast-in-place manholes 15 i. Concrete vaults for meters and valves 16 j. Concrete encasement of utility lines 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Cast-in-Place Concrete 24 1. Measurement 25 a. This Item is considered subsidiary to the structure or Items being placed. 26 2. Payment 27 a. The work performed and the materials furnished in accordance with this Item 28 are subsidiary to the structure or Items being placed and no other compensation 29 will be allowed. 30 1.3 REFERENCES 31 A. Definitions 32 1. Cementitious Materials 33 a. Portland cement alone or in combination with 1 or more of the following: 34 1) Blended hydraulic cement 35 2) Fly ash 36 3) Other pozzolans 37 4) Ground granulated blast-furnace slag 38 03 30 00 - 2 CAST-IN-PLACE CONCRETE Page 2 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 5) Silica fume 1 b. Subject to compliance with the requirements of this specification 2 B. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Association of State Highway and Transportation (AASHTO): 7 a. M182, Burlap Cloth Made from Jute or Kenaf. 8 3. American Concrete Institute (ACI): 9 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 10 b. ACI 301 Specifications for Structural Concrete 11 c. ACI 305.1 Specification for Hot Weather Concreting 12 d. ACI 306.1 Standard Specification for Cold Weather Concreting 13 e. ACI 308.1 Standard Specification for Curing Concrete 14 f. ACI 318 Building Code Requirements for Structural Concrete 15 g. ACI 347 Guide to Formwork for Concrete 16 4. American Institute of Steel Construction (AISC): 17 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 18 5. ASTM International (ASTM): 19 a. A36, Standard Specification for Carbon Structural Steel. 20 b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel 21 Hardware. 22 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 23 Materials for High-Temperature Service and Other Special Purpose 24 Applications. 25 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 26 Concrete Reinforcement. 27 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 28 Concrete Reinforcement. 29 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 30 Field. 31 g. C33, Standard Specification for Concrete Aggregates. 32 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 33 Specimens. 34 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 35 Beams of Concrete. 36 j. C94, Standard Specification for Ready-Mixed Concrete. 37 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 38 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 39 l. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 40 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 41 n. C150, Standard Specification for Portland Cement. 42 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 43 p. C219, Standard Terminology Relating to Hydraulic Cement. 44 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 45 Pressure Method. 46 03 30 00 - 3 CAST-IN-PLACE CONCRETE Page 3 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 1 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 2 Curing Concrete. 3 t. C494, Standard Specification for Chemical Admixtures for Concrete. 4 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 5 Pozzolan for Use in Concrete. 6 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 7 Concrete. 8 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 9 Use in Concrete and Mortars. 10 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 11 Flowing Concrete. 12 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 13 Concrete. 14 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-15 Cement Concrete. 16 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 17 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 18 Levelness Numbers. 19 cc. F436, Standard Specification for Hardened Steel Washers. 20 6. American Welding Society (AWS). 21 a. D1.1, Structural Welding Code - Steel. 22 b. D1.4, Structural Welding Code - Reinforcing Steel. 23 7. Concrete Reinforcing Steel Institute (CRSI) 24 a. Manual of Standard Practice 25 8. Texas Department of Transportation 26 a. Standard Specification for Construction and Maintenance of Highways, Streets 27 and Bridges 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Work Included 30 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete 31 including shoring, reshoring, falsework, bracing, proprietary forming systems, 32 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 33 blockouts, sleeves, pockets and accessories. 34 a. Erection shall include installation in formwork of items furnished by other 35 trades. 36 2. Furnish all labor and materials required to fabricate, deliver and install 37 reinforcement and embedded metal assemblies for cast-in-place concrete, including 38 steel bars, welded steel wire fabric, ties, supports and sleeves. 39 3. Furnish all labor and materials required to perform the following: 40 a. Cast-in-place concrete 41 b. Concrete mix designs 42 c. Grouting 43 03 30 00 - 4 CAST-IN-PLACE CONCRETE Page 4 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.5 SUBMITTALS 1 A. Submittals shall be in accordance with Section 01 33 00. 2 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 3 specials. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Product Data 6 1. Required for each type of product indicated 7 B. Design Mixtures 8 1. For each concrete mixture submit proposed mix designs in accordance with ACI 9 318, chapter 5. 10 2. Submit each proposed mix design with a record of past performance. 11 3. Submit alternate design mixtures when characteristics of materials, Project condi-12 tions, weather, test results or other circumstances warrant adjustments. 13 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 14 a. Include this quantity on delivery ticket. 15 C. Steel Reinforcement Submittals for Information 16 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem-17 ical analysis. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Manufacturer Qualifications 22 1. A firm experienced in manufacturing ready-mixed concrete products and that com-23 plies with ASTM C94 requirements for production facilities and equipment 24 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 25 Concrete Production Facilities” 26 B. Source Limitations 27 1. Obtain each type or class of cementitious material of the same brand from the same 28 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 29 1 source from a single manufacturer. 30 C. ACI Publications 31 1. Comply with the following unless modified by requirements in the Contract Docu-32 ments: 33 a. ACI 301 Sections 1 through 5 34 b. ACI 117 35 D. Concrete Testing Service 36 1. Engage a qualified independent testing agency to perform material evaluation tests. 37 03 30 00 - 5 CAST-IN-PLACE CONCRETE Page 5 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING 1 A. Steel Reinforcement 2 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 3 2. Avoid damaging coatings on steel reinforcement. 4 B. Waterstops 5 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 6 contaminants. 7 1.11 FIELD CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS 10 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 11 2.2 PRODUCT TYPES AND MATERIALS 12 A. Manufacturers 13 1. In other Part 2 articles where titles below introduce lists, the following requirements 14 apply to product selection: 15 a. Available Products: Subject to compliance with requirements, products that 16 may be incorporated into the Work include, but are not limited to, products 17 specified. 18 b. Available Manufacturers: Subject to compliance with requirements, 19 manufacturers offering products that may be incorporated into the Work 20 include, but are not limited to, manufacturers specified. 21 B. Form-Facing Materials 22 1. Rough-Formed Finished Concrete 23 a. Plywood, lumber, metal or another approved material 24 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 25 2. Chamfer Strips 26 a. Wood, metal, PVC or rubber strips 27 b. ¾-inch x ¾-inch, minimum 28 3. Rustication Strips 29 a. Wood, metal, PVC or rubber strips 30 b. Kerfed for ease of form removal 31 4. Form-Release Agent 32 a. Commercially formulated form-release agent that will not bond with, stain or 33 adversely affect concrete surfaces 34 b. Shall not impair subsequent treatments of concrete surfaces 35 c. For steel form-facing materials, formulate with rust inhibitor. 36 5. Form Ties 37 03 30 00 - 6 CAST-IN-PLACE CONCRETE Page 6 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced 1 plastic form ties designed to resist lateral pressure of fresh concrete on forms 2 and to prevent spalling of concrete on removal. 3 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 4 of exposed concrete surface. 5 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 6 diameter in concrete surface. 7 d. Furnish ties with integral water-barrier plates to walls indicated to receive 8 dampproofing or waterproofing. 9 C. Steel Reinforcement 10 1. Reinforcing Bars 11 a. ASTM A615, Grade 60, deformed 12 D. Reinforcement Accessories 13 1. Smooth Dowel Bars 14 a. ASTM A615, Grade 60, steel bars (smooth) 15 b. Cut bars true to length with ends square and free of burrs. 16 2. Bar Supports 17 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 18 reinforcing bars and welded wire reinforcement in place 19 b. Manufacture bar supports from steel wire, plastic or precast concrete according 20 to CRSI's "Manual of Standard Practice," of greater compressive strength than 21 concrete and as follows: 22 1) For concrete surfaces exposed to view where legs of wire bar supports 23 contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI 24 Class 2 stainless-steel bar supports. 25 2) For slabs-on-grade, provide sand plates, horizontal runners or precast 26 concrete blocks on bottom where base material will not support chair legs 27 or where vapor barrier has been specified. 28 E. Embedded Metal Assemblies 29 1. Steel Shapes and Plates: ASTM A36 30 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson 31 Stud Welding Division or approved equal 32 F. Expansion Anchors 33 1. Available Products 34 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 35 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 36 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 37 G. Adhesive Anchors and Dowels 38 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 39 into hardened concrete or grout-filled masonry. 40 a. The adhesive system shall use a 2-component adhesive mix and shall be 41 injected with a static mixing nozzle following manufacturer’s instructions. 42 03 30 00 - 7 CAST-IN-PLACE CONCRETE Page 7 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. The embedment depth of the rod shall provide a minimum allowable bond 1 strength that is equal to the allowable yield capacity of the rod, unless otherwise 2 specified. 3 2. Available Products 4 a. Hilti HIT HY 150 Max 5 b. Simpson Acrylic-Tie 6 c. Powers Fasteners AC 100+ Gold 7 3. Threaded Rods: ASTM A193 8 a. Nuts: ASTM A563 hex carbon steel 9 b. Washers: ASTM F436 hardened carbon steel 10 c. Finish: Hot-dip zinc coating, ASTM A153, Class C 11 H. Inserts 12 1. Provide metal inserts required for anchorage of materials or equipment to concrete 13 construction where not supplied by other trades: 14 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 15 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 16 washers. 17 1) Provide ¾-inch bolt size, unless otherwise indicated. 18 b. In horizontal concrete surfaces and whenever inserts are subject to tension 19 forces, provide threaded inserts of malleable cast iron furnished with full depth 20 bolts. 21 1) Provide ¾-inch bolt size, unless otherwise indicated. 22 I. Concrete Materials 23 1. Cementitious Material 24 a. Use the following cementitious materials, of the same type, brand, and source, 25 throughout Project: 26 1) Portland Cement 27 a) ASTM C150, Type I/II, gray 28 b) Supplement with the following: 29 (1) Fly Ash 30 (a) ASTM C618, Class C or F 31 (2) Ground Granulated Blast-Furnace Slag 32 (a) ASTM C989, Grade 100 or 120. 33 2) Silica Fume 34 a) ASTM C1240, amorphous silica 35 3) Normal-Weight Aggregates 36 a) ASTM C33, Class 3S coarse aggregate or better, graded 37 b) Provide aggregates from a single source. 38 4) Maximum Coarse-Aggregate Size 39 a) ¾-inch nominal 40 5) Fine Aggregate 41 a) Free of materials with deleterious reactivity to alkali in cement 42 6) Water 43 a) ASTM C94 and potable 44 J. Admixtures 45 03 30 00 - 8 CAST-IN-PLACE CONCRETE Page 8 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Air-Entraining Admixture 1 a. ASTM C260 2 2. Chemical Admixtures 3 a. Provide admixtures certified by manufacturer to be compatible with other ad-4 mixtures and that will not contribute water-soluble chloride ions exceeding 5 those permitted in hardened concrete. 6 b. Do not use calcium chloride or admixtures containing calcium chloride. 7 c. Water-Reducing Admixture 8 1) ASTM C494, Type A 9 d. Retarding Admixture 10 1) ASTM C494, Type B 11 e. Water-Reducing and Retarding Admixture 12 1) ASTM C494, Type D 13 f. High-Range, Water-Reducing Admixture 14 1) ASTM C494, Type F 15 g. High-Range, Water-Reducing and Retarding Admixture 16 1) ASTM C494, Type G 17 h. Plasticizing and Retarding Admixture 18 1) ASTM C1017, Type II 19 K. Waterstops 20 1. Self-Expanding Butyl Strip Waterstops 21 a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 22 bentonite or other hydrophilic polymers, for adhesive bonding to concrete, ¾-23 inch x 1-inch. 24 b. Available Products 25 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 26 2) Concrete Sealants Inc.; Conseal CS-231 27 3) Greenstreak; Swellstop 28 4) Henry Company, Sealants Division; Hydro-Flex 29 5) JP Specialties, Inc.; Earthshield Type 20 30 6) Progress Unlimited, Inc.; Superstop 31 7) TCMiraDRI; Mirastop 32 L. Curing Materials 33 1. Absorptive Cover 34 a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing 35 approximately 9 ounces/square yard when dry 36 2. Moisture-Retaining Cover 37 a. ASTM C171, polyethylene film or white burlap-polyethylene sheet 38 3. Water 39 a. Potable 40 4. Clear, Waterborne, Membrane-Forming Curing Compound 41 a. ASTM C309, Type 1, Class B, dissipating 42 b. Available Products 43 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 44 2) Burke by Edoco; Aqua Resin Cure 45 3) ChemMasters; Safe-Cure Clear 46 03 30 00 - 9 CAST-IN-PLACE CONCRETE Page 9 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 1 Company; W.B. Resin Cure 2 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 3 6) Euclid Chemical Company (The); Kurez DR VOX 4 7) Kaufman Products, Inc.; Thinfilm 420 5 8) Lambert Corporation; Aqua Kure-Clear 6 9) L&M Construction Chemicals, Inc.; L&M Cure R 7 10) Meadows, W. R., Inc.; 1100 Clear 8 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 9 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 10 13) Tamms Industries, Inc.; Horncure WB 30 11 14) Unitex; Hydro Cure 309 12 15) US Mix Products Company; US Spec Maxcure Resin Clear 13 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 14 M. Related Materials 15 1. Bonding Agent 16 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 17 butadiene 18 2. Epoxy Bonding Adhesive 19 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 20 to damp surfaces, of class suitable for application temperature and of grade to 21 suit requirements, and as follows: 22 1) Types I and II, non-load bearing 23 2) IV and V, load bearing, for bonding 24 3) Hardened or freshly mixed concrete to hardened concrete 25 3. Reglets 26 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 27 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 28 or debris. 29 4. Sleeves and Blockouts 30 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 31 tubes or wood 32 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 33 a. Sized as required 34 b. Shall be of strength and character to maintain formwork in place while placing 35 concrete 36 N. Repair Materials 37 1. Repair Underlayment 38 a. Cement-based, polymer-modified, self-leveling product that can be applied in 39 thicknesses of 1/8 inch or greater 40 1) Do not feather. 41 b. Cement Binder 42 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 43 defined in ASTM C219 44 c. Primer 45 03 30 00 - 10 CAST-IN-PLACE CONCRETE Page 10 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Product of underlayment manufacturer recommended for substrate, condi-1 tions, and application 2 d. Aggregate 3 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 4 recommended by underlayment manufacturer 5 e. Compressive Strength 6 1) Not less than 4100 psi at 28 days when tested according to 7 ASTM C109/C109M 8 2. Repair Overlayment 9 a. Cement-based, polymer-modified, self-leveling product that can be applied in 10 thicknesses of 1/8 inch or greater 11 1) Do not feather. 12 b. Cement Binder 13 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 14 defined in ASTM C219 15 c. Primer 16 1) Product of topping manufacturer recommended for substrate, conditions, 17 and application 18 d. Aggregate 19 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend-20 ed by topping manufacturer 21 e. Compressive Strength 22 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 23 O. Concrete Mixtures, General 24 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 25 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 26 a. Required average strength above specified strength 27 1) Based on a record of past performance 28 a) Determination of required average strength above specified strength 29 shall be based on the standard deviation record of the results of at least 30 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 31 by the larger amount defined by formulas 5-1 and 5-2. 32 2) Based on laboratory trial mixtures 33 a) Proportions shall be selected on the basis of laboratory trial batches 34 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 35 average strength greater than the specified strength f'c by the amount 36 defined in table 5.3.2.2. 37 3) Proportions of ingredients for concrete mixes shall be determined by an in-38 dependent testing laboratory or qualified concrete supplier. 39 4) For each proposed mixture, at least 3 compressive test cylinders shall be 40 made and tested for strength at the specified age. 41 a) Additional cylinders may be made for testing for information at earlier 42 ages. 43 2. Cementitious Materials 44 a. Limit percentage, by weight, of cementitious materials other than portland ce-45 ment in concrete as follows, unless specified otherwise: 46 1) Fly Ash: 25 percent 47 03 30 00 - 11 CAST-IN-PLACE CONCRETE Page 11 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) Combined Fly Ash and Pozzolan: 25 percent 1 3) Ground Granulated Blast-Furnace Slag: 50 percent 2 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 3 Slag: 50 percent 4 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per-5 cent 6 6) Silica Fume: 10 percent 7 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 8 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per-9 cent 10 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 11 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 12 percent and silica fume not exceeding 10 percent 13 3. Limit water-soluble, chloride-ion content in hardened concrete to: 14 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 15 (typical) 16 b. 0.15 percent by weight if concrete will be exposed to chlorides 17 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 18 continually dry and protected. 19 4. Admixtures 20 a. Use admixtures according to manufacturer's written instructions. 21 b. Do not use admixtures which have not been incorporated and tested in accepted 22 mixes. 23 c. Use water-reducing high-range water-reducing or plasticizing admixture in 24 concrete, as required, for placement and workability. 25 d. Use water-reducing and retarding admixture when required by high 26 temperatures, low humidity or other adverse placement conditions. 27 e. Use water-reducing admixture in pumped concrete, concrete for heavy-use 28 industrial slabs and parking structure slabs, concrete required to be watertight, 29 and concrete with a water-cementitious materials ratio below 0.50. 30 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 31 P. Concrete Mixtures 32 1. Refer to TxDOT “Standard Specifications for Construction and Maintenance of 33 Highways, Streets, and Bridges” for: 34 a. Culverts 35 b. Headwalls 36 c. Wingwalls 37 2. Proportion normal-weight concrete mixture as follows: 38 a. Minimum Compressive Strength: 3,000 psi at 28 days 39 b. Maximum Water-Cementitious Materials Ratio: 0.50 40 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 41 inches before adding high-range water-reducing admixture or plasticizing 42 admixture, plus or minus 1 inch 43 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4-44 inch nominal maximum aggregate size 45 Q. Fabricating Reinforcement 46 03 30 00 - 12 CAST-IN-PLACE CONCRETE Page 12 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 1 R. Fabrication of Embedded Metal Assemblies 2 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 3 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 4 accordance with AWS D1.1. 5 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 6 All other metal assemblies shall be either hot dip galvanized or painted with an 7 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 8 installed in accordance with the manufacturer's instructions. Repair painted 9 assemblies after welding with same type of paint. 10 S. Concrete Mixing 11 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to 12 ASTM C94, and furnish batch ticket information. 13 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 14 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 15 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 16 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete 17 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 18 batch machine mixer. 19 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 20 minutes, but not more than 5 minutes after ingredients are in mixer, before any 21 part of batch is released. 22 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 23 seconds for each additional 1 cubic yard. 24 c. Provide batch ticket for each batch discharged and used in the Work, indicating 25 Project identification name and number, date, mixture type, mixture time, 26 quantity, and amount of water added. Record approximate location of final 27 deposit in structure. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. Formwork 36 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 37 support vertical, lateral, static, and dynamic loads, and construction loads that might 38 be applied, until structure can support such loads. 39 03 30 00 - 13 CAST-IN-PLACE CONCRETE Page 13 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Construct formwork so concrete members and structures are of size, shape, 1 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 2 a. Vertical alignment 3 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 4 2) Outside corner of exposed corner columns and control joints in concrete 5 exposed to view less than 100 feet in height - 1/2 inch. 6 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 7 height but not more than 6 inches. 8 4) Outside corner of exposed corner columns and control joints in concrete 9 exposed to view greater than 100 feet in height - 1/2000 times the height 10 but not more than 3 inches. 11 b. Lateral alignment 12 1) Members - 1 inch. 13 2) Centerline of openings 12 inches or smaller and edge location of larger 14 openings in slabs - 1/2 inch. 15 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 16 c. Level alignment 17 1) Elevation of slabs-on-grade - 3/4 inch. 18 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 19 inch. 20 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 21 d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns 22 and thickness of walls and slabs. 23 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 24 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 25 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 26 e. Relative alignment 27 1) Stairs 28 a) Difference in height between adjacent risers - 1/8 inch. 29 b) Difference in width between adjacent treads - 1/4 inch. 30 c) Maximum difference in height between risers in a flight of stairs - 3/8 31 inch. 32 d) Maximum difference in width between treads in a flight of stairs - 3/8 33 inch. 34 2) Grooves 35 a) Specified width 2 inches or less - 1/8 inch. 36 b) Specified width between 2 inches and 12 inches - 1/4 inch. 37 3) Vertical alignment of outside corner of exposed corner columns and control 38 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 39 4) All other conditions - 3/8 inch in 10 feet. 40 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 41 as follows: 42 a. Class B, 1/4 inch for smooth-formed finished surfaces. 43 b. Class C, 1/2 inch for rough-formed finished surfaces. 44 4. Construct forms tight enough to prevent loss of concrete mortar. 45 03 30 00 - 14 CAST-IN-PLACE CONCRETE Page 14 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 5. Fabricate forms for easy removal without hammering or prying against concrete 1 surfaces. Provide crush or wrecking plates where stripping may damage cast 2 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 3 horizontal to 1 vertical. 4 a. Install keyways, reglets, recesses, and the like, for easy removal. 5 b. Do not use rust-stained steel form-facing material. 6 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 7 required elevations and slopes in finished concrete surfaces. Provide and secure 8 units to support screed strips; use strike-off templates or compacting-type screeds. 9 7. Construct formwork to cambers shown or specified on the Drawings to allow for 10 structural deflection of the hardened concrete. Provide additional elevation or 11 camber in formwork as required for anticipated formwork deflections due to weight 12 and pressures of concrete and construction loads. 13 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 14 caps, walls, and columns straight and to the lines and grades specified. Do no earth 15 form foundation elements unless specifically indicated on the Drawings. 16 9. Provide temporary openings for cleanouts and inspection ports where interior area 17 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 18 securely braced to prevent loss of concrete mortar. Locate temporary openings in 19 forms at inconspicuous locations. 20 10. Chamfer exterior corners and edges of permanently exposed concrete. 21 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 22 bulkheads required in the Work. Determine sizes and locations from trades 23 providing such items. 24 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 25 sawdust, dirt, and other debris just before placing concrete. 26 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 27 leaks and maintain proper alignment. 28 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 29 written instructions, before placing reinforcement, anchoring devices, and 30 embedded items. 31 a. Do not apply form release agent where concrete surfaces are scheduled to 32 receive subsequent finishes which may be affected by agent. Soak contact 33 surfaces of untreated forms with clean water. Keep surfaces wet prior to 34 placing concrete. 35 B. Embedded Items 36 1. Place and secure anchorage devices and other embedded items required for 37 adjoining work that is attached to or supported by cast-in-place concrete. Use 38 setting drawings, templates, diagrams, instructions, and directions furnished with 39 items to be embedded. 40 a. Install anchor rods, accurately located, to elevations required and complying 41 with tolerances in AISC 303, Section 7.5. 42 1) Spacing within a bolt group: 1/8 inch 43 2) Location of bolt group (center): ½ inch 44 3) Rotation of bolt group: 5 degrees 45 03 30 00 - 15 CAST-IN-PLACE CONCRETE Page 15 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 4) Angle off vertical: 5 degrees 1 5) Bolt projection: ± 3/8 inch 2 b. Install reglets to receive waterproofing and to receive through-wall flashings in 3 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 4 shelf angles, and other conditions. 5 C. Removing and Reusing Forms 6 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 7 compressive strength. 8 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 9 Work that does not support weight of concrete may be removed after cumulatively 10 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 11 concrete is hard enough to not be damaged by form-removal operations and curing 12 and protection operations are maintained. 13 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 14 that supports weight of concrete in place until concrete has achieved at least 70 15 percent of its 28-day design compressive strength. 16 b. Do not remove formwork supporting conventionally reinforced concrete until 17 concrete has attained 70 percent of its specified 28 day compressive strength as 18 established by tests of field cured cylinders. In the absence of cylinder tests, 19 supporting formwork shall remain in place until the concrete has cured at a 20 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 21 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 22 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 23 listed time period. Formwork for 2-way conventionally reinforced slabs shall 24 remain in place for at least the minimum cumulative time periods specified for 25 1-way slabs of the same maximum span. 26 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 27 removal. Reshores shall remain until the concrete has attained the specified 28 28 day compressive strength. 29 d. Minimum cumulative curing times may be reduced by the use of high-early 30 strength cement or forming systems which allow form removal without 31 disturbing shores, but only after the Contractor has demonstrated to the 32 satisfaction of the Engineer that the early removal of forms will not cause 33 excessive sag, distortion or damage to the concrete elements. 34 e. Completely remove wood forms. Provide temporary openings if required. 35 f. Provide adequate methods of curing and thermal protection of exposed concrete 36 if forms are removed prior to completion of specified curing time. 37 g. Reshore areas required to support construction loads in excess of 20 pounds per 38 square foot to properly distribute construction loading. Construction loads up 39 to the rated live load capacity may be placed on unshored construction provided 40 the concrete has attained the specified 28 day compressive strength. 41 h. Obtaining concrete compressive strength tests for the purposes of form removal 42 is the responsibility of the Contractor. 43 i. Remove forms only if shores have been arranged to permit removal of forms 44 without loosening or disturbing shores. 45 03 30 00 - 16 CAST-IN-PLACE CONCRETE Page 16 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 1 delaminated, or otherwise damaged form-facing material will not be acceptable for 2 exposed surfaces. Apply new form-release agent. 3 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 4 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 5 exposed concrete surfaces unless approved by Engineer. 6 D. Shores and Reshores 7 1. The Contractor is solely responsible for proper shoring and reshoring. 8 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 9 and reshoring. 10 a. Do not remove shoring or reshoring until measurement of slab tolerances is 11 complete. 12 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 13 Locate and provide adequate reshoring to support construction without excessive 14 stress or deflection. 15 E. Steel Reinforcement 16 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 17 reinforcement. 18 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 19 before placing concrete. 20 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 21 materials that would reduce bond to concrete. 22 3. Accurately position, support, and secure reinforcement against displacement. 23 Locate and support reinforcement with bar supports to maintain minimum concrete 24 cover. Do not tack weld crossing reinforcing bars. 25 a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel 26 conforming to ASTM A706 may be welded. 27 4. Installation tolerances 28 a. Top and bottom bars in slabs, girders, beams and joists: 29 1) Members 8 inches deep or less: ±3/8 inch 30 2) Members more than 8 inches deep: ±1/2 inch 31 b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 32 inches deep or less; ±1/2 inches for members over 8 inches deep, except that 33 tolerance for cover shall not exceed 1/3 of the specified cover. 34 5. Concrete Cover 35 a. Reinforcing in structural elements deposited against the ground: 3 inches 36 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 37 c. Grade beams and exterior face of formed walls and columns exposed to 38 weather or in contact with the ground: 2 inches 39 d. Interior faces of walls: 1 inches 40 e. Slabs: 3/4 inches 41 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 42 with ACI 318 for minimum lap of spliced bars where not specified on the 43 documents. Do not lap splice no. 14 and 18 bars. 44 03 30 00 - 17 CAST-IN-PLACE CONCRETE Page 17 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 7. Field Welding of Embedded Metal Assemblies 1 a. Remove all paint and galvanizing in areas to receive field welds. 2 b. Field Prepare all areas where paint or galvanizing has been removed with the 3 specified paint or cold galvanizing compound, respectively. 4 F. Joints 5 1. General: Construct joints true to line with faces perpendicular to surface plane of 6 concrete. 7 2. Construction Joints: Install so strength and appearance of concrete are not 8 impaired, at locations indicated or as approved by Engineer. 9 a. Place joints perpendicular to main reinforcement. Continue reinforcement 10 across construction joints, unless otherwise indicated. Do not continue 11 reinforcement through sides of strip placements of floors and slabs. 12 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 13 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 14 Offset joints in girders a minimum distance of twice the beam width from a 15 beam-girder intersection. 16 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 17 beams, and girders and at the top of footings or floor slabs. 18 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 19 with walls, near corners, and in concealed locations where possible. 20 f. Use a bonding agent at locations where fresh concrete is placed against 21 hardened or partially hardened concrete surfaces. 22 3. Doweled Joints: Install dowel bars and support assemblies at joints where 23 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 24 bonding to 1 side of joint. 25 G. Waterstops 26 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 27 form a continuous diaphragm. Install in longest lengths practicable. Support and 28 protect exposed waterstops during progress of the Work. Field fabricate joints in 29 waterstops according to manufacturer's written instructions. 30 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 31 locations indicated, according to manufacturer's written instructions, adhesive 32 bonding, mechanically fastening, and firmly pressing into place. Install in longest 33 lengths practicable. 34 H. Adhesive Anchors 35 1. Comply with the manufacturer's installation instructions on the hole diameter and 36 depth required to fully develop the tensile strength of the adhesive anchor or 37 reinforcing bar. 38 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 39 loose material from the hole, prior to installing adhesive material. 40 I. Concrete Placement 41 1. Before placing concrete, verify that installation of formwork, reinforcement, and 42 embedded items is complete and that required inspections have been performed. 43 03 30 00 - 18 CAST-IN-PLACE CONCRETE Page 18 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Do not add water to concrete during delivery, at Project site, or during placement 1 unless approved by Engineer. 2 3. Before test sampling and placing concrete, water may be added at Project site, 3 subject to limitations of ACI 301. 4 a. Do not add water to concrete after adding high-range water-reducing 5 admixtures to mixture. 6 b. Do not exceed the maximum specified water/cement ratio for the mix. 7 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 8 that no new concrete will be placed on concrete that has hardened enough to cause 9 seams or planes of weakness. If a section cannot be placed continuously, provide 10 construction joints as indicated. Deposit concrete to avoid segregation. 11 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 12 pressures, 15 feet maximum and in a manner to avoid inclined construction 13 joints. 14 b. Consolidate placed concrete with mechanical vibrating equipment according to 15 ACI 301. 16 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 17 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 18 layer and at least 6 inches into preceding layer. Do not insert vibrators into 19 lower layers of concrete that have begun to lose plasticity. At each insertion, 20 limit duration of vibration to time necessary to consolidate concrete and 21 complete embedment of reinforcement and other embedded items without 22 causing mixture constituents to segregate. 23 d. Do not permit concrete to drop freely any distance greater than 10 feet for 24 concrete containing a high range water reducing admixture (superplasticizer) or 25 5 feet for other concrete. Provide chute or tremie to place concrete where longer 26 drops are necessary. Do not place concrete into excavations with standing 27 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 28 with its outlet near the bottom of the place of deposit. 29 e. Discard pump priming grout and do not use in the structure. 30 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 31 within limits of construction joints, until placement of a panel or section is 32 complete. 33 a. Consolidate concrete during placement operations so concrete is thoroughly 34 worked around reinforcement and other embedded items and into corners. 35 b. Maintain reinforcement in position on chairs during concrete placement. 36 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 37 d. Slope surfaces uniformly to drains where required. 38 e. Begin initial floating using bull floats or darbies to form a uniform and open-39 textured surface plane, before excess bleedwater appears on the surface. Do not 40 further disturb slab surfaces before starting finishing operations. 41 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 42 concrete work from physical damage or reduced strength that could be caused by 43 frost, freezing actions, or low temperatures. 44 a. When average high and low temperature is expected to fall below 40 45 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 46 temperature within the temperature range required by ACI 301. 47 03 30 00 - 19 CAST-IN-PLACE CONCRETE Page 19 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. Do not use frozen materials or materials containing ice or snow. Do not place 1 concrete on frozen subgrade or on subgrade containing frozen materials. 2 c. Do not use calcium chloride, salt, or other materials containing antifreeze 3 agents or chemical accelerators unless otherwise specified and approved in 4 mixture designs. 5 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 6 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 7 placement. Chilled mixing water or chopped ice may be used to control 8 temperature, provided water equivalent of ice is calculated to total amount of 9 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 10 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 11 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 12 dry areas. 13 J. Finishing Formed Surfaces 14 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 15 with tie holes and defects repaired and patched. Remove fins and other projections 16 that exceed specified limits on formed-surface irregularities. 17 a. Apply to concrete surfaces not exposed to public view. 18 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 19 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 20 texture matching adjacent formed surfaces. Continue final surface treatment of 21 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 22 indicated. 23 K. Miscellaneous Concrete Items 24 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 25 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 26 specified, to blend with in-place construction. Provide other miscellaneous 27 concrete filling indicated or required to complete the Work. 28 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 29 concrete is still green and by steel-troweling surfaces to a hard, dense finish with 30 corners, intersections, and terminations slightly rounded. 31 3. Equipment Bases and Foundations: Provide machine and equipment bases and 32 foundations as shown on Drawings. Set anchor bolts for machines and equipment 33 at correct elevations, complying with diagrams or templates from manufacturer 34 furnishing machines and equipment. 35 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 36 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 37 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 38 during pouring of concrete fill. 39 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 40 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 41 L. Concrete Protecting and Curing 42 1. General: Protect freshly placed concrete from premature drying and excessive cold 43 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 44 ACI 305.1 for hot-weather protection during curing. 45 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 1 supported slabs, and other similar surfaces. If forms remain during curing period, 2 moist cure after loosening forms. If removing forms before end of curing period, 3 continue curing for the remainder of the curing period. 4 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 5 unformed surfaces, including floors and slabs, concrete floor toppings, and other 6 surfaces. 7 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 8 methods: 9 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 10 with the following materials: 11 1) Water 12 2) Continuous water-fog spray 13 3) Absorptive cover, water saturated, and kept continuously wet. Cover 14 concrete surfaces and edges with 12-inch lap over adjacent absorptive 15 covers 16 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-17 retaining cover for curing concrete, placed in widest practicable width, with 18 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 19 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 20 during curing period using cover material and waterproof tape. 21 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 22 receive floor coverings. 23 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 24 receive penetrating liquid floor treatments. 25 3) Cure concrete surfaces to receive floor coverings with either a moisture-26 retaining cover or a curing compound that the manufacturer certifies will 27 not interfere with bonding of floor covering used on Project. 28 c. Curing Compound: Apply uniformly in continuous operation by power spray 29 or roller according to manufacturer's written instructions. Recoat areas 30 subjected to heavy rainfall within 3 hours after initial application. Maintain 31 continuity of coating and repair damage during curing period. 32 3.5 REPAIR 33 A. Concrete Surface Repairs 34 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 35 Remove and replace concrete that cannot be repaired and patched to Engineer’s 36 approval. 37 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 38 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 39 water for handling and placing. 40 3. Repairing Formed Surfaces: Surface defects include color and texture 41 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 42 projections on the surface, and stains and other discolorations that cannot be 43 removed by cleaning. 44 03 30 00 - 21 CAST-IN-PLACE CONCRETE Page 21 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 1 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 2 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 3 with water, and brush-coat holes and voids with bonding agent. Fill and 4 compact with patching mortar before bonding agent has dried. Fill form-tie 5 voids with patching mortar or cone plugs secured in place with bonding agent. 6 b. Repair defects on surfaces exposed to view by blending white portland cement 7 and standard portland cement so that, when dry, patching mortar will match 8 surrounding color. Patch a test area at inconspicuous locations to verify 9 mixture and color match before proceeding with patching. Compact mortar in 10 place and strike off slightly higher than surrounding surface. 11 c. Repair defects on concealed formed surfaces that affect concrete's durability 12 and structural performance as determined by Engineer. 13 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 14 for finish and verify surface tolerances specified for each surface. Correct low and 15 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 16 a sloped template. 17 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 18 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 19 or that penetrate to reinforcement or completely through unreinforced sections 20 regardless of width, and other objectionable conditions. 21 b. After concrete has cured at least 14 days, correct high areas by grinding. 22 c. Correct localized low areas during or immediately after completing surface 23 finishing operations by cutting out low areas and replacing with patching 24 mortar. Finish repaired areas to blend into adjacent concrete. 25 d. Repair defective areas, except random cracks and single holes 1 inch or less in 26 diameter, by cutting out and replacing with fresh concrete. Remove defective 27 areas with clean, square cuts and expose steel reinforcement with at least a 3/4-28 inch clearance all around. Dampen concrete surfaces in contact with patching 29 concrete and apply bonding agent. Mix patching concrete of same materials 30 and mixture as original concrete except without coarse aggregate. Place, 31 compact, and finish to blend with adjacent finished concrete. Cure in same 32 manner as adjacent concrete. 33 e. Repair random cracks and single holes 1 inch or less in diameter with patching 34 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 35 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 36 bonding agent. Place patching mortar before bonding agent has dried. 37 Compact patching mortar and finish to match adjacent concrete. Keep patched 38 area continuously moist for at least 72 hours. 39 5. Perform structural repairs of concrete, subject to Engineer’s approval, using epoxy 40 adhesive and patching mortar. 41 6. Repair materials and installation not specified above may be used, subject to 42 Engineer’s approval. 43 03 30 00 - 22 CAST-IN-PLACE CONCRETE Page 22 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3.6 RE-INSTALLATION [NOT USED] 1 3.7 FIELD QUALITY CONTROL 2 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 3 inspecting agency to perform field tests and inspections and prepare test reports. 4 B. Inspections 5 1. Steel reinforcement placement 6 2. Headed bolts and studs 7 3. Verification of use of required design mixture 8 4. Concrete placement, including conveying and depositing 9 5. Curing procedures and maintenance of curing temperature 10 6. Verification of concrete strength before removal of shores and forms from beams 11 and slabs 12 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 13 according to ASTM C172 according to the following requirements: 14 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 15 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 16 each additional 50 cubic yard or fraction thereof. 17 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 18 not less than 1 test for each day's pour of each concrete mixture. Perform additional 19 tests when concrete consistency appears to change. 20 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for 21 each composite sample, but not less than 1 test for each day's pour of each concrete 22 mixture. 23 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 24 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 25 test for each composite sample. 26 5. Compression Test Specimens: ASTM C31. 27 a. Cast and laboratory cure 4 cylinders for each composite sample. 28 1) Do not transport field cast cylinders until they have cured for a 29 minimum of 24 hours. 30 6. Compressive-Strength Tests: ASTM C39; 31 a. Test 1 cylinder at 7 days. 32 b. Test 2 cylinders at 28 days. 33 c. Hold 1 cylinder for testing at 56 days as needed. 34 7. When strength of field-cured cylinders is less than 85 percent of companion 35 laboratory-cured cylinders, evaluate operations and provide corrective procedures 36 for protecting and curing in-place concrete. 37 8. Strength of each concrete mixture will be satisfactory if every average of any 3 38 consecutive compressive-strength tests equals or exceeds specified compressive 39 strength and no compressive-strength test value falls below specified compressive 40 strength by more than 500 psi. 41 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 1 within 48 hours of testing. Reports of compressive-strength tests shall contain 2 Project identification name and number, date of concrete placement, name of 3 concrete testing and inspecting agency, location of concrete batch in Work, design 4 compressive strength at 28 days, concrete mixture proportions and materials, 5 compressive breaking strength, and type of break for both 7- and 28-day tests. 6 10. Additional Tests: Testing and inspecting agency shall make additional tests of 7 concrete when test results indicate that slump, air entrainment, compressive 8 strengths, or other requirements have not been met, as directed by Engineer. 9 Testing and inspecting agency may conduct tests to determine adequacy of concrete 10 by cored cylinders complying with ASTM C42 or by other methods as directed by 11 Engineer. 12 a. When the strength level of the concrete for any portion of the structure, as 13 indicated by cylinder tests, falls below the specified requirements, provide 14 improved curing conditions and/or adjustments to the mix design as required to 15 obtain the required strength. If the average strength of the laboratory control 16 cylinders falls so low as to be deemed unacceptable, follow the core test 17 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 18 approved by the Engineer. Core sampling and testing shall be at Contractors 19 expense. 20 b. If the results of the core tests indicate that the strength of the structure is 21 inadequate, any replacement, load testing, or strengthening as may be ordered 22 by the Engineer shall be provided by the Contractor without cost to the City. 23 11. Additional testing and inspecting, at Contractor's expense, will be performed to 24 determine compliance of replaced or additional work with specified requirements. 25 12. Correct deficiencies in the Work that test reports and inspections indicate does not 26 comply with the Contract Documents. 27 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 28 hours of finishing. 29 E. Concrete Finish Measurement and Tolerances 30 1. All floors are subject to measurement for flatness and levelness and comply with 31 the following: 32 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 33 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 34 both directions, lapping straightedge 3 feet on areas previously checked. Low 35 spots shall not exceed the above dimension anywhere along the straightedge. 36 Flatness shall be checked the next work day after finishing. 37 b. Slabs shall be level within a tolerance of ± 1/4 inch in 10 feet, not to exceed 3/4 38 inches total variation, anywhere on the floor, from elevations indicated on the 39 Drawings. Levelness shall be checked on a 10 foot grid using a level after 40 removal of forms. 41 c. Measurement Standard: All floors are subject to measurement for flatness and 42 levelness, according to ASTM E1155. 43 2. 2 Tiered Measurement Standard 44 a. Each floor test section and the overall floor area shall conform to the 2-tiered 45 measurement standard as specified herein. 46 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Minimum Local Value: The minimum local FF/FL values represent the ab-1 solute minimum surface profile that will be acceptable for any 1 test sample 2 (line of measurements) anywhere within the test area. 3 2) Specified Overall Value: The specified overall FF/FL values represent the 4 minimum values acceptable for individual floor sections as well as the floor 5 as a whole. 6 3. Floor Test Sections 7 a. A floor test section is defined as the smaller of the following areas: 8 1) The area bounded by column and/or wall lines 9 2) The area bounded by construction and/or control joint lines 10 3) Any combination of column lines and/or control joint lines 11 b. Test sample measurement lines within each test section shall be 12 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 13 spacing to be determined by the City's testing agency. 14 c. The precise layout of each test section shall be determined by the City's testing 15 agency. 16 4. Concrete Floor Finish Tolerance 17 a. The following values apply before removal of shores. Levelness values (FL) do 18 not apply to intentionally sloped or cambered areas, nor to slabs poured on 19 metal deck or precast concrete. 20 1) Slabs 21 Overall Value FF45/FL30 22 Minimum Local Value FF30/FL20 23 5. Floor Elevation Tolerance Envelope 24 a. The acceptable tolerance envelope for absolute elevation of any point on the 25 slab surface, with respect to the elevation shown on the Drawings, is as follows: 26 1) Slab-on-Grade Construction: ± ¾ inch 27 2) Top surfaces of formed slabs measured prior to removal of supporting 28 shores: ± ¾ inch 29 3) Top surfaces of all other slabs: ± ¾ inch 30 4) Slabs specified to slope shall have a tolerance from the specified slope of 31 3/8 inch in 10 feet at any point, up to ¾ inch from theoretical elevation at 32 any point. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING 36 A. Defective Work 37 1. Imperfect or damaged work or any material damaged or determined to be defective 38 before final completion and acceptance of the entire job shall be satisfactorily re-39 placed at the Contractor's expense, and in conformity with all of the requirements of 40 the Drawings and Specifications. 41 2. Perform removal and replacement of concrete work in such manner as not to impair 42 the appearance or strength of the structure in any way. 43 B. Cleaning 44 03 30 00 - 25 CAST-IN-PLACE CONCRETE Page 25 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Upon completion of the work remove from the site all forms, equipment, protective 1 coverings and any rubbish resulting therefrom. 2 2. After sweeping floors, wash floors with clean water. 3 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.O.3 – Removed Blue Text/Added Descriptions for water-soluble, chloride-ion content 3.4.C.1 – Changed 75% to 70% 11 03 34 13 - 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 03 34 13 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section includes: 5 1. Controlled low strength material (CLSM) for use in the following: 6 a. Flowable backfill 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 3. Section 03 30 00 - Cast-in-Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 B. ASTM International (ASTM): 27 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 2. C33 - Standard Specification for Concrete Aggregates. 30 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 33 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 34 Pressure Method. 35 6. C260 - Standard Specification for Air-Entraining Admixtures for Concrete. 36 03 34 13 - 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 1 Pozzolan for Use in Concrete. 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Provide submittals in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 A. Product data 9 B. Sieve analysis 10 1. Submit sieve analyses of fine and coarse aggregates being used. 11 a. Resubmit at any time there is a significant change in grading of materials. 12 2. Mix 13 a. Submit full details, including mix design calculations for mix proposed for use. 14 C. Trial batch test data 15 1. Submit data for each test cylinder. 16 2. Submit data that identifies mix and slump for each test cylinder. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 25 2.2 PRODUCT TYPES AND MATERIALS 26 A. Materials 27 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 28 00. 29 2. Fly ash: Class F fly ash in accordance with ASTM C618. 30 3. Water: As specified in Section 03 30 00. 31 4. Admixture: Air entraining admixture in accordance with ASTM C260. 32 03 34 13 - 3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 5. Fine aggregate: Concrete sand (does not need to be in accordance with 1 ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 2 and no plastic fines shall be present. 3 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 4 B. Mixes 5 1. Performance requirements 6 a. Total calculated air content 7 1) Not less than 8.0 percent or greater than 12.0 percent. 8 b. Minimum unconfined compressive strength 9 1) Not less than 50 psi measured at 28 days. 10 c. Maximum unconfined compressive strength 11 1) Not greater than 150 psi measured at 28 days. 12 2) Limit the long-term strength (90 days) to 200 psi such that material could 13 be re-excavated with conventional excavation equipment in the future if 14 necessary. 15 d. Wet density 16 1) No greater than 132 pounds per cubic foot. 17 e. Color 18 1) No coloration required unless noted. 19 2) Submit dye or other coloration means for approval. 20 2. Suggested design mix 21 Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL 24 A. Trial batch 25 1. After mix design has been accepted by Engineer, have trial batch of the accepted 26 mix design prepared by testing laboratory acceptable to Engineer. 27 2. Prepare trial batches using specified cementitious materials and aggregates 28 proposed to be used for the Work. 29 3. Prepare trial batch with sufficient quantity to determine slump, workability, 30 consistency, and to provide sufficient test cylinders. 31 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 B. Test cylinders: 1 1. Prepare test cylinders in accordance with ASTM C31 with the following 2 exceptions: 3 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 4 mix. 5 b. Do not rod the concrete mix. 6 c. Strike off the excess material. 7 2. Place test cylinders in a moist curing room. Exercise caution in moving and 8 transporting the cylinders since they are fragile and will withstand only minimal 9 bumping, banging, or jolting without damage. 10 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 11 tested. 12 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 13 a. Perform the capping carefully to prevent premature fractures. 14 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 15 than the test cylinders. 16 c. Do not perform initial compression test until the cylinders reach a minimum 17 age of 3 days. 18 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 19 accordance with ASTM C39 except as modified herein: 20 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 21 or greater than the minimum required compression strength, but not exceed 22 maximum compression strength. 23 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 24 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 25 acceptable trial batch is produced that meets the Specifications. 26 1. All the trial batches and acceptability of materials shall be paid by the 27 CONTRACTOR. 28 2. After acceptance, do not change the mix design without submitting a new mix 29 design, trial batches, and test information. 30 E. Determine slump in accordance with ASTM C143 with the following exceptions: 31 1. Do not rod the concrete material. 32 2. Place material in slump cone in 1 semi-continuous filling operation, slightly 33 overfill, tap lightly, strike off, and then measure and record slump. 34 03 34 13 - 5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PART 3 - EXECUTION 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 INSTALLATION 5 A. Place CLSM by any method which preserves the quality of the material in terms of 6 compressive strength and density: 7 1. Limit lift heights of CLSM placed against structures and other facilities that could 8 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 9 height indicated on the Drawings. Do not place another lift of CLSM until the last 10 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 11 weight of the next lift of CLSM. 12 2. The basic requirement for placement equipment and placement methods is the 13 maintenance of its fluid properties. 14 3. Transport and place material so that it flows easily around, beneath, or through 15 walls, pipes, conduits, or other structures. 16 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 17 material to flow freely during placement: 18 a. After trial batch testing and acceptance, maintain slump developed during 19 testing during construction at all times within ± 1 inch. 20 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 21 required) such that when placed, the material is self-compacting, self-densifying, 22 and has sufficient plasticity that compaction or mechanical vibration is not required. 23 6. When using as embedment for pipe take appropriate measures to ensure line and 24 grade of pipe. 25 3.5 REPAIR [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. General 29 1. Make provisions for and furnish all material for the test specimens, and provide 30 manual assistance to assist the Engineer in preparing said specimens. 31 2. Be responsible for the care of and providing curing condition for the test specimens. 32 B. Tests by the City 33 1. During the progress of construction, the City will have tests made to determine 34 whether the CLSM, as being produced, complies with the requirements specified 35 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 36 Engineer and the testing expense will be borne by the City. 37 2. Test cylinders 38 a. Prepare test cylinders in accordance with ASTM C31 with the following 39 exceptions: 40 03 34 13 - 6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 1 the mix. 2 2) Do not rod the concrete mix. 3 3) Strike off the excess material. 4 b. Place the cylinders in a safe location away from the construction activities. 5 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 6 sprinkle water directly on the cylinders. 7 c. After 2 days, place the cylinders in a protective container for transport to the 8 laboratory for testing. The concrete test cylinders are fragile and shall be 9 handled carefully. The container may be a box with a Styrofoam or similar 10 lining that will limit the jarring and bumping of the cylinders. 11 d. Place test cylinders in a moist curing room. Exercise caution in moving and 12 transporting the cylinders since they are fragile and will withstand only 13 minimal bumping, banging, or jolting without damage. 14 e. Do not remove the test cylinder from mold until the cylinder is to be capped 15 and tested. 16 f. The test cylinders may be capped with standard sulfur compound or neoprene 17 pads: 18 1) Perform the capping carefully to prevent premature fractures. 19 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 20 diameter than the test cylinders. 21 3) Do not perform initial compression test until the cylinders reach a 22 minimum age of 3 days. 23 3. The number of cylinder specimens taken each day shall be determined by the 24 Inspector. 25 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 26 except as modified herein. 27 b. The compression strength of the cylinders tested at 28 days shall be equal to or 28 greater than the minimum required compression strength, but not exceed 29 maximum compression strength. 30 4. The City will test the air content of the CLSM. Test will be made immediately after 31 discharge from the mixer in accordance with ASTM C231. 32 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 33 the following exceptions: 34 a. Do not rod the concrete material. 35 b. Place material in slump cone in 1 semi-continuous filling operation, slightly 36 overfill, tap lightly, strike off, and then measure and record slump. 37 6. If compressive strength of test cylinders does not meet requirements, make 38 corrections to the mix design to meet the requirements of this specification. 39 03 34 13 - 7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 10 26 05 00 - 1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 SECTION 26 05 00 1 COMMON WORK RESULTS FOR ELECTRICAL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. All labor, materials and equipment required to install, test and provide an 6 operational, electrical system as specified and as shown on the Drawings 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Electrical Facilities 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and materials furnished in accordance to this Item 19 shall be paid for at the lump sum price bid for “Electrical Facilities”. 20 c. The price bid shall include: 21 1) Furnishing and installing a complete electrical system 22 2) Wire 23 3) Cable 24 4) Conduit and related hardware 25 5) Supports 26 6) Excavation 27 7) Furnishing, placement and compaction of backfill 28 8) Hauling 29 9) Clean-up 30 2. Furnish and Install Electrical Service 31 a. Measurement 32 1) Measurement for electrical service shall be per each type and size furnished 33 and installed. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid for “Furnish/Install Electrical 37 Service” shall be made at the price bid per each type and size installed. 38 c. The price bid shall include all aspects of completing the installation of electrical 39 service including, but not limited to: 40 1) Conduit 41 26 05 00 - 2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 2) Pole risers 1 3) Meter base 2 4) Breaker box 3 5) Breakers 4 6) Coordination with Electrical Service Provider 5 3. Install Electrical Service 6 a. Measurement 7 1) Measurement for electrical service shall be per each type and size installed. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid for “Install Electrical Service” 11 shall be made at the price bid per each type and size installed. 12 c. The price bid shall include all aspects of completing the installation of electrical 13 service including, but not limited to: 14 1) Conduit 15 2) Pole risers 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. Underwriters Laboratories, Inc. (UL) 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Where references are made to the Related Work paragraph in each Specification 25 Section, referring to other Sections and other Divisions of the Specifications, the 26 Contractor shall provide such information or Work as may be required in those 27 references, and include such information or Work as may be specified. 28 2. Division 26 requirements apply to electrical work provided under any division of 29 the Specifications 30 B. Service and Metering 31 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, 32 Three Wire, 60 Hz from transformer equipment furnished and installed by the 33 power company. 34 2. Power company responsibilities 35 a. Furnishing and installing the primary overhead conductors and pole line 36 b. Furnishing and installing the transformer or riser pole, primary cutouts, 37 lightning arresters and grounding 38 c. Furnishing and installing primary conduits and cables 39 d. Furnishing and installing the transformer pad and grounding (if pad-mounted 40 transformer) 41 e. Furnishing and installing transformer 42 f. Terminating underground primary cables 43 g. Furnishing metering current transformers (CT's), meter and meter wiring 44 h. Terminating secondary cables to the service transformer 45 26 05 00 - 3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 i. Furnishing meter base and enclosure 1 3. Contractor responsibilities 2 a. Furnishing and installing secondary conduits and cables 3 b. Furnishing and installing power company approved metering current 4 transformer enclosure (if required by power company) 5 c. Installing meter base 6 d. Furnishing and installing an empty conduit with pull line from the metering 7 current transformer enclosure to the meter enclosure. Conduit size and type 8 approved by the power company 9 e. Coordinating electrical service installation with power company 10 4. City responsibilities 11 a. Negotiating with power company for the costs of new or revised services 12 b. Making payment directly to power company for such costs 13 C. Codes, Inspections and Fees 14 1. Obtain all necessary permits and pay all fees required for permits and inspections. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Materials and Equipment 21 1. New, except where specifically identified on the Drawings to be reused. 22 2. UL listed, where such listing exists. 23 3. Electrical service 24 a. Service type shall be as shown on the Drawings. 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 A. Manufacturer Warranty 29 1. Manufacturer’s warranties are specified in each of the Specification Sections. 30 PART 2 - PRODUCTS [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION 34 A. Interpretation of Drawings 35 26 05 00 - 4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 1. Coordinate the conduit installation with other trades and the actual supplied 1 equipment. 2 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 3 raceway installation. 4 3. Verify exact locations and mounting heights of lighting fixtures, switches and 5 receptacles prior to installation. 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Phase Balancing 9 1. Connect circuits on motor control centers and panelboards to result in evenly 10 balanced loads across all phases. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP 15 A. Tests and Settings 16 1. Test systems and equipment furnished under Division 26. 17 2. Repair or replace all defective work. 18 3. Make adjustments to the systems as specified and/or required. 19 4. Prior to energizing electrical equipment, make all tests required by the individual 20 Specification sections. 21 a. Submit a sample test form or procedure. 22 b. Submit the required test reports and data within 30 days after the test. 23 c. Include names of all test personnel. 24 d. Initial each test. 25 5. Check wire and cable terminations for tightness. 26 6. Verify all terminations at transformers, equipment, capacitor connections, panels, 27 and enclosures by producing a 1 2 3 rotation on a phase sequence motor when 28 connected to A, B, and C phases. 29 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, 30 motor starters, and control equipment. 31 8. Check interlocking, control and instrument wiring for each system and/or part of a 32 system to prove that the system will function properly as indicated by schematic 33 and wiring diagrams. 34 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 35 10. Provide qualified test personnel, instruments and test equipment. 36 11. Refer to the individual equipment Sections for additional specific testing 37 requirements. 38 26 05 00 - 5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 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 11/22/13 S. Arnold Added installation only pay item for electrical services 9 26 05 10 - 1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 26 05 10 1 DEMOLITION FOR ELECTRICAL SYSTEMS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnish, install and test all equipment, wiring and appurtenances as may be required 6 to perform the electrical demolition shown on the Drawings and as specified herein. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Measurement 15 a. Measurement for this Item shall be by lump sum. 16 2. Payment 17 a. The work performed and the materials furnished in accordance with this Item 18 shall be paid for at the lump sum price bid for “Salvage Electrical Equipment”. 19 3. The price bid shall include: 20 a. Removing and salvaging electrical equipment including, but not limited to: 21 1) Wire and cable 22 2) Encasement 23 3) Conduit 24 4) Supports 25 b. Excavation 26 c. Furnishing, placement and compaction of backfill 27 d. Hauling 28 e. Clean-up 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. National Fire Protection Association (NFPA) 35 a. 70, National Electrical Code (NEC) 36 1.4 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination 38 26 05 10 - 2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Coordinate with the City or their designee 48 hours in advance of removals. 1 2. Coordinate with other Trades for removal of electrical services in conjunction with 2 the removal of the associated equipment. 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Delivery and Acceptance Requirements 10 1. All salvage materials will be delivered by the Contractor to the City at a location 11 designated by the Inspector. The Inspector, assisted by authorized representatives, 12 will serve as the receiving agent for salvage material. 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION 19 A. Verify field measurements and circuiting arrangements. 20 B. Verify that abandoned wiring and equipment serve only abandoned facilities. 21 C. Report Drawing discrepancies to City before disturbing the existing installation. 22 3.3 PREPARATION 23 A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal . 24 B. Coordinate utility service outages with Utility Company to minimize length and number 25 of outages. 26 C. Provide temporary wiring and connections to maintain existing systems in service 27 during construction. 28 D. When work must be performed on energized equipment or circuits, use personnel 29 experienced in such operations. 30 E. Existing Electrical Service: Maintain existing system in service until new system is 31 complete and ready for service. 32 F. Disable system only to make switchovers and connections. 33 26 05 10 - 3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 G. Obtain permission from City at least 1 week in advance, before partially or completely 1 disabling system. 2 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 3 A. Remove, relocate and extend existing installations to accommodate new construction. 4 B. Remove abandoned wiring to source of supply. 5 C. Remove exposed abandoned conduit, including abandoned conduit above accessible 6 ceiling finishes. 7 1. Cut conduit flush with walls and floors and patch surfaces. 8 D. Disconnect abandoned outlets and remove devices. 9 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 10 2. Provide blank cover for abandoned outlets which are not removed. 11 E. Disconnect and remove abandoned panelboards and distribution equipment. 12 F. Disconnect and remove electrical devices and equipment that has been removed. 13 G. Repair adjacent construction and finishes damaged during demolition and extension 14 work. 15 H. Maintain access to existing installations which remain active. Modify installation or 16 provide access to panels as appropriate. 17 I. Where the demolition or revision of any portion of a raceway or box in the raceway 18 system, in an area, causes the raceway system of the area to no longer comply with the 19 classification or Specification requirements of the area, provide and install such boxes, 20 fittings, etc. as may be necessary to return the raceway system to compliance with 21 Specifications. 22 J. Extend existing installations using materials and methods as specified for new Work. 23 K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 24 the surroundings. 25 L. Salvaged Equipment and Materials 26 1. The City shall have the right to retain any or all electrical and instrumentation 27 equipment shown or specified to be removed from the site. 28 2. Deliver the City’s equipment to a site designated by the City. 29 3. If the City refuses the salvage, the Contractor must claim ownership of the 30 materials and dispose of them properly. 31 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of 32 demolition and the City will designate those items that are to remain the property of 33 the City. 34 5. Take necessary precautions in removing City designated property to prevent 35 damage during the demolition process. 36 a. Remove steel structural members by unbolting, cutting welds, or cutting rivet 37 heads and punching shanks through holes. 38 b. Do not use a cutting torch to separate the City’s equipment or material. 39 6. Remove items in 1 piece or in a manner that does not impact their reuse. 40 a. Loose components may be removed separately. 41 26 05 10 - 4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. Controls and electrical equipment may be removed from the equipment and 1 handled separately. 2 c. Large units may be handled separately. 3 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 4 sections. 5 M. Material removed from the construction site during demolition, and any equipment not 6 otherwise designated to remain the property of the City in accordance with the pre-7 demolition identification process shall become the property of the Contractor, and shall 8 be promptly removed from the construction site. 9 N. Refurbish and replace any existing facility, to be left in place, which is damaged by the 10 demolition operations. 11 1. The repair of such damage shall leave the parts in a condition at least equal to that 12 found at the start of the work. 13 3.5 RESTORATION 14 A. Clean and repair existing materials and equipment which remain or are to be reused. 15 B. Panelboards 16 1. Clean exposed surfaces. 17 2. Check tightness of electrical connections. 18 3. Replace damaged circuit breakers. 19 4. Provide closure plates for vacant positions. 20 5. Provide typed circuit directory showing revised circuiting arrangement. 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 Revision Log DATE NAME SUMMARY OF CHANGE 32 26 05 33 - 1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 26 05 33 1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnish and install complete raceway systems as shown on the Drawings and as 6 specified herein. 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 26 05 43 – Underground Ducts and Raceways for Electrical Systems 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 16 a. Measurement 17 1) This Item is considered subsidiary to Electrical Facilities. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 21 lump sum price bid for Electrical Facilities, and no other compensation will 22 be allowed. 23 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists 24 a. Measurement 25 1) Measurement for conduit shall be per linear foot of the size, installation 26 method, and type of conduit installed. 27 2) Limits of measurement for conduit are from center to center between 28 ground boxes or poles, a combination of the two or to the termination point. 29 b. Payment 30 1) Payment for conduit shall be made at the price bid per linear foot of the 31 size, installation method, and type of conduit installed. 32 c. The price bid shall include: 33 1) Installation of Conduit and Related Hardware including, but not limited to: 34 a) Elbows 35 b) Couplings 36 c) Weatherheads 37 3. Conduit Boxes, when a bid item for Electrical Facilities exists 38 a. Measurement 39 1) This Item is considered subsidiary to Electrical Facilities. 40 b. Payment 41 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) The work performed and the materials furnished in accordance with this 1 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 2 lump sum price bid for Electrical Facilities, and no other compensation will 3 be allowed. 4 4. Conduit Boxes, when no bid item for Electrical Facilities exists 5 a. Measurement 6 1) Measurement for this Item shall be per each Conduit Box installed per 7 location of installation. 8 b. Payment 9 1) The work performed and materials furnished in accordance to this Item 10 shall be paid for at the unit price bid for “Conduit Box” installed. 11 c. The price bid shall include: 12 1) Furnishing and installing the Conduit Box 13 2) Excavation 14 3) Furnishing, placement and compaction of backfill 15 4) Clean-up 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. American National Standards Institute, Inc. (ANSI). 22 a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum 23 Conduit (ERAC). 24 3. National Electrical Manufacturers Association (NEMA). 25 a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). 26 b. C80.1, Electrical Rigid Steel Conduit. 27 c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 28 d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and 29 Tubing. 30 e. TC-7, Smooth-Walled Coilable Electrical Polyethylene Conduit. 31 4. National Fire Protection Association (NFPA) 32 a. 70 – National Electrical Code (NEC). 33 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 34 2) Chapter 9, Tables. 35 5. Underwriters Laboratories (UL) 36 a. 6, Electrical Rigid Metal Conduit – Steel. 37 b. 514B, Conduit, Tubing and Cable Fittings. 38 c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. 39 B. All equipment components and completed assemblies specified in this Section of the 40 Specifications shall bear the appropriate label of UL. 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS [NOT USED] 43 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 44 26 05 33 - 3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 A. Product Data 1 1. Submit to the City, in accordance with Division 1, the manufacturers' names and 2 product designation or catalog numbers of all materials specified. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Qualifications 7 1. Manufacturers 8 a. Refer to Specification Section 01 60 00 for listing of approved manufacturers 9 for all materials. 10 1.10 DELIVERY, STORAGE, AND HANDLING 11 A. Storage and Handling Requirements 12 1. Handling: In accordance with manufacturer's instructions. 13 2. Storage 14 a. In accordance with manufacturer's instructions 15 b. Not exposed to sunlight 16 c. Completely covered 17 3. Materials showing signs of previous or jobsite exposure will be rejected. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY 20 A. No separate warranty on conduit. 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 23 2.2 CONDUIT 24 A. Liquidtight Steel Flexible Metal Conduit 25 1. Interlocked steel core 26 2. PVC jacket rated for 80 degrees Celsius 27 3. Complies with NEC Article 350 28 4. Fittings 29 5. Extruded from 6063 T-1 alloy 30 6. Maximum 0.1 percent copper content 31 7. Conform to: 32 a. ANSI C80.5 33 b. UL-6 34 B. Rigid Steel Conduit 35 1. Hot dip galvanized 36 2. Threads: Hot galvanized after cutting 37 26 05 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. Conforms to: 1 a. NEMA C80.1 2 C. Rigid PVC Schedule 80 Conduit 3 1. Designed for use above ground and underground as described in the NEC 4 2. Resistant to sunlight 5 3. UL Labeled 6 4. Conforms to: 7 a. NEMA TC-2 8 b. UL 651 9 5. Fittings conform to: 10 a. NEMA TC-3 11 b. UL 514B 12 D. Rigid PVC Schedule 40 Conduit 13 1. Designed for use underground as described in the NEC 14 2. Resistant to sunlight 15 3. UL Labeled. 16 4. Conforms to: 17 a. NEMA TC-2 18 b. UL 651 19 5. Fittings conform to: 20 a. NEMA TC-3 21 b. UL 514B 22 E. High Density Polyethylene (HDPE) Conduit 23 1. Designed for use underground as described in the NEC 24 2. Resistant to sunlight 25 3. UL Labeled 26 4. Conforms to: 27 a. UL 651A 28 b. UL 651B 29 c. NEMA TC-7 30 F. Raceway Boxes 31 1. Use: Exposed raceway systems only 32 2. Boxes for underground systems: Refer to Section 26 05 43. 33 3. Box size 34 a. Distance between each raceway entry inside the box and the opposite wall: Not 35 be less than 6 times the trade size of the largest raceway in a row. 36 b. Distance shall be increased for additional entries by the amount of the sum of 37 the diameters of all other raceway entries in the same row on the same wall of 38 the box. 39 c. Each row calculated individually, and the single row that provides the 40 maximum distance used to size box. 41 2.3 ACCESSORIES 42 A. Conduit Outlet Bodies 43 26 05 33 - 5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Up to and including 2-1/2 inches 1 a. Conduit outlet bodies and covers: Galvanized steel 2 b. Captive screw-clamp cover 3 c. Neoprene gasket 4 d. Stainless steel screws and clamps 5 2. Larger than 2-1/2 inches 6 a. Use junction boxes. 7 B. Conduit Hubs 8 1. Watertight 9 2. Threaded galvanized steel 10 3. Insulated throat 11 4. Stainless steel grounding screw 12 C. Grounding Bushings 13 1. Insulated lay-in lug grounding bushings 14 2. Tin-plated copper grounding path 15 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees 16 Celsius 17 4. Plastic insert cap each bushing 18 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 19 NEC for the application 20 D. Raceway Sealant 21 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures 22 where shown or specified 23 E. Conduit Penetration Seals 24 1. Use for conduit wall and floor seals 25 F. Conduit and related hardware 26 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 27 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' 28 Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the 29 Drawings. 30 2. Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. 31 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on 32 type. 33 G. Expansion/Deflection Fittings 34 1. Use 35 a. Embedded in concrete 36 b. Exposed 37 2. Description 38 a. Internal grounding 39 b. 4 inch movement 40 c. Stainless steel/cast iron 41 H. Expansion Fittings 42 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Galvanized steel 1 2. 8 inch movement 2 3. Internal grounding 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 A. Interface with Other Work 10 1. Coordinate the placement of conduit and related components with other trades and 11 existing installations. 12 B. Unless shown on the Drawings or specified otherwise, the conduit type installed with 13 respect to the location shall be as follows: 14 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 15 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 16 3. Exposed: Rigid galvanized steel 17 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal 18 Conduit 19 C. Box Applications 20 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the 21 location in which they are installed. 22 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: 23 Galvanized steel 24 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or 25 enclosure is prohibited 26 D. Conduit Outlet Bodies Applications 27 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, 28 except where junction boxes are shown or otherwise specified 29 2. Conduits larger than 2-1/2 inches: Use junction boxes 30 E. Conduit Hub Applications 31 1. Unless specifically stated herein or described on the Drawings, all raceways shall 32 terminate at an outlet with a conduit hub. Locknut or double locknut terminations 33 will not be permitted. 34 F. Insulated Grounding Bushing Applications 35 1. Use: Terminate raceways at bottom entry to pad-mounted electrical equipment or 36 switchgear, if there is no wall or floor pan on which to anchor or terminate the 37 raceway. 38 26 05 33 - 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Other raceways: Terminate on enclosures with a conduit hub. 1 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 2 pulled. 3 G. Conduit Fittings Applications 4 1. Combination expansion deflection fittings: Install where conduits cross structure 5 expansion joints, on conduit transitions from underground to above ground, and 6 where installed in exposed conduit runs such that the distance between expansion-7 deflection fittings does not exceed 150 feet of conduit run. 8 2. Expansion fittings: Install in lieu of a combination expansion-deflection fitting, on 9 the exposed side of conduit transitions from underground to above ground, where 10 the earth has been disturbed to a depth of more than 10 feet. 11 H. Conduit Penetration Seals Applications 12 1. Conduit wall seals: Use where underground conduits penetrate walls or at other 13 locations shown on the Drawings 14 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at 15 other locations shown on the Drawings 16 I. Conduit Tag Applications 17 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor 18 penetrations. 19 2. Tag all underground conduits and ducts at all locations, exiting and entering from 20 underground, including manholes and handholes. 21 J. Raceway Installation 22 1. No conduit smaller than 1¼ inch electrical trade size. 23 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 24 3. Do not pull wire until the conduit system is complete in all details. 25 4. Install all underground raceways in accordance with Section 26 05 43. 26 5. Where raceways enter or leave the raceway system, where the raceway origin or 27 termination, could be subjected to the entry of moisture, rain or liquid of any type, 28 particularly where the termination of such raceways terminate in any equipment, 29 new or existing at a lower elevation, such raceways shall be tightly sealed, using 30 watertight sealant (Duxseal or equal), at the higher elevation, both before and after 31 the installation of cables, such that there shall be no entry of water or moisture to 32 the Raceway System at any time. Any damage to new or existing equipment, due to 33 the entrance of moisture from unsealed raceways, shall be corrected by complete 34 replacement of such equipment, at no cost to the City. Cleaning or drying of such 35 damaged equipment will not be acceptable. 36 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 37 feet or less as required to obtain rigid construction. 38 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back 39 plates, to raise conduits from the surface. 40 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal 41 members and threaded hanger rods not less than 3/8 inch in diameter. 42 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to 43 provide a minimum of 1/2 inch clearance between wall and equipment. 44 26 05 33 - 8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. 1 Use concrete inserts of the spot type where attached to concrete surfaces. 2 11. Conduits on exposed work 3 a. Install at right angles to and parallel with the surrounding wall. 4 b. Conform to the form of the ceiling. 5 c. No diagonal runs. 6 d. Provide concentric bends in parallel conduit runs. 7 e. Install conduit perfectly straight and true. 8 12. Conduits terminated into enclosures: Install perpendicular to the walls where 9 flexible liquidtight or rigid conduits are required. 10 a. Do not use short sealtight elbow fittings for such terminations, except for 11 connections to instrumentation transmitters where multiple penetrations are 12 required. 13 13. Use insulated throat grounding bushings for conduits containing equipment 14 grounding conductors and terminating in boxes. Connect grounding conductors to 15 the box. 16 14. Install conduits using threaded fittings. Do not use running threads. 17 15. PVC conduit: Use glued type conduit fittings. 18 16. HDPE conduit: Use fittings by same manufacturer as conduit. 19 17. Liquidtight flexible steel conduit 20 a. Primary and secondary of transformers 21 b. Generator terminations 22 c. Other equipment where vibration is present 23 d. Connections to instrumentation transmitters, where multiple penetrations are 24 required 25 e. Do not use in other locations. 26 f. Maximum length: Not greater than that of a factory manufactured long radius 27 elbow of the conduit size being used 28 g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, 29 Table 2, “Other Bends”. 30 h. Do not use BX or AC type prefabricated cables. 31 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings 32 against the passage of flame and smoke. 33 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing 34 bushings. 35 20. Raceways terminating in Control Panels or boxes containing electrical equipment 36 a. Do not install to enter from the top of the panel or box. 37 b. Seal with a watertight sealant: Duxseal or equal 38 21. Conduit 39 a. The Contractor will be required to coordinate with all local utility companies, 40 long distance communication companies, City utilities, railroad companies, and 41 Dig Tess if applicable, to ascertain exact locations of conflicting underground 42 services. 43 b. The location of conduits and ground boxes are diagrammatic only and may be 44 shifted by the Inspector to accommodate field conditions. 45 c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. 46 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as 1 measured from the intended target point for bores. 2 e. The use of a pneumatically driven device for punching holes beneath the 3 pavement (commonly known as a "missile") will not be permitted. 4 f. Conduit installed for future use shall have a non-metallic, nylon type pull string 5 and shall be capped using standard weather tight conduit caps, as approved by 6 the Inspector. 7 g. The Contractor shall place duct seal or foam at the ends of all conduit where 8 conductors and/or cables are present. 9 h. New Conduit 10 1) All underground conduit shall be schedule 40 PVC conduit. 11 2) All conduit or raceways above ground shall be rigid metal. 12 3) All conduit and fittings shall be of the sizes and types shown on the 13 Drawings. 14 4) Each section of conduit shall bear evidence of approval by Underwriter's 15 Laboratories. 16 5) Conduit terminating in posts or pedestal bases shall not extend vertically 17 more than 3 inches above the concrete foundation. 18 6) Field bends in conduit shall have a minimum radius of 12 diameters of the 19 nominal size of the conduit. 20 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and 21 couplings made tight. PVC conduit shall be joined by the solvent--weld 22 method in accordance with the conduit manufacturer's recommendations. 23 8) No reducer couplings shall be used unless specifically indicated on the 24 Drawings. 25 9) Conduit and fittings shall have burrs and rough places smoothed and shall 26 be clean and free of obstructions before the cable is installed. 27 10) Field cuts shall be made with a hacksaw only, and shall be square and true 28 so that the ends will butt or come together for the full diameter thereof. 29 a) In no case shall a cutting torch be used to cut or join conduit. 30 11) Slip joints or running threads will not be permitted for coupling conduit 31 unless approved by the Inspector. 32 12) When a standard coupling cannot be used, an approved union coupling 33 shall be used and shall provide a water-tight coupling between the conduit. 34 13) Couplings shall be properly installed to bring their ends of connected 35 conduit together to produce a good rigid connection throughout the entire 36 length of the conduit run. 37 14) Where the coating on a rigid metal conduit run has been damaged in 38 handling or installation, such damaged parts shall be thoroughly painted 39 with rust preventive paint. 40 15) Ends of conduits shall be capped or plugged until installation of the wire is 41 complete. 42 16) Upon request by the Inspector, the Contractor shall draw a full-size metal 43 wire brush, attached by swivel joint to a pull tape, through the metal 44 conduit to insure that the conduit is clean and free from obstructions. 45 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 46 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 47 mm) below the finished street grade in the street area. 48 26 05 33 - 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 18) Conduit placed for concrete encasement shall be secured and supported in 1 such a manner that the alignment will not be disturbed during placement of 2 the concrete. 3 a) No concrete shall be placed until all of the conduit ends have been 4 capped and all box openings closed. 5 19) PVC conduit, which is to be placed under existing pavement, sidewalks, 6 and driveways, shall be placed by first providing a void through which the 7 PVC conduit shall be inserted. 8 a) The void may be made by boring. 9 b) Use of water or other fluids in connection with the boring operation 10 will be permitted only to lubricate cuttings. 11 c) Water jetting will not be permitted. 12 20) If it is determined by the Inspector that it is impractical to place the conduit 13 by boring as outlined above due to unforeseen obstructions, written 14 permission may be granted by the Traffic Services Manager or designee for 15 the Contractor to cut the existing pavement. 16 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the 17 curb or the outside edge of the shoulder. 18 a) The boring method used shall not interfere with the operation of streets, 19 highways, or other facilities, and shall not weaken or damage any 20 embankment structure, or pavement. 21 22) Backfill - Compaction & Density Test for All Ditchlines 22 a) All ditchlines within paving areas of existing and proposed streets and 23 within 2 feet (600 mm) back of curb are to be mechanically tamped. 24 b) All tamping is to be density controlled to 90 percent standard proctor 25 density at optimum moisture content and no greater than 5 percent 26 optimum or less than 2 percent below optimum. 27 c) All backfill material is to be select native material, 6 inches (150 mm) 28 diameter clods and smaller. 29 d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 30 mm) lifts with densities being taken for each 1feet (300 mm) of 31 compacted material on offsetting stations of 50 feet (15.9 M). 32 23) Provide adequately bent conduit and properly excavate so as to prevent 33 damage to the conduit or conductor by a bend radius which is too short. 34 24) All conduit runs shall be continuous and of the same material (metal only 35 or PVC only). 36 25) Where tying into existing conduit, the Contractor must continue with the 37 same material (metal to metal or PVC to PVC). 38 26) Each length of galvanized rigid metal conduit, where used, shall be reamed 39 and threaded on each end and couplings shall be made up tight. 40 27) White-lead paint or equal shall be used on threads of all joints. 41 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 42 29) Where the coating on a metal conduit run has been damaged in handling or 43 installation, such damaged parts shall be thoroughly painted with rust 44 preventive paint. 45 i. Existing Conduit 46 1) Prior to pulling cable in existing underground conduit, the conduit shall be 47 cleaned with a mandrel or cylindrical wire brush and blown out with 48 compressed air. 49 26 05 33 - 11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) If conduit appears to be blocked, the Contractor shall make an attempt to 1 clear the conduit by rodding (The Contractor will not receive extra 2 compensation for rodding). 3 3) If the existing conduit cannot be used, the Contractor may be required to 4 repair and/or replace this conduit as directed by the Engineer. 5 a) Repair of this conduit will be paid for as "extra work" on a Change 6 Order. 7 4) The Inspector shall be notified prior to disconnection or removal of any 8 existing cable. 9 22. Conduits from external sources entering or leaving a multiple compartment 10 enclosure: Stub up into the bottom horizontal wireway or other manufacturer 11 designated area, directly below the vertical section in which the conductors are to 12 be terminated. 13 23. Conduits entering from cable tray: Stub into the upper section. 14 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or 15 NEMA 7. 16 25. Conduit identification platens 17 a. Install on all power, instrumentation, alarm and control conduits at each end of 18 the run and at intermediate junction boxes and manholes. 19 b. Install conduit plates before conductors are pulled into conduits. 20 c. Coordinate exact identification plate location with the City at the time of 21 installation to provide uniformity of placement and ease of reading. 22 26. Pull mandrels through all existing conduits that will be reused and through all new 23 conduits 2 inches in diameter and larger prior to installing conductors. 24 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or 25 designated for future equipment. 26 28. Install conduit to drain away from the equipment served. If conduit drainage is not 27 possible, use conduit seals to plug the conduits at the point of attachment to the 28 equipment 29 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, 30 present or future, in floor or ceiling construction. 31 30. Do not use running threads. 32 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated 33 spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 34 32. Locate conduits a minimum of 3 inches from steam or hot water piping. 35 a. Where crossings are unavoidable, locate conduit at least 1 inch from the 36 covering of the pipe crossed. 37 33. Conduits terminating at a cable tray 38 a. Support independently from the cable tray. 39 b. Provide conduit support within 1-feet of the cable tray. 40 c. Weight of the conduit not supported by cable tray 41 3.5 REPAIR / RESTORATION [NOT USED] 42 3.6 RE-INSTALLATION [NOT USED] 43 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 44 26 05 33 - 12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 9 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 26 05 43 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnish and install a complete underground system of raceways, manholes and 6 handholes 7 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways 8 and Boxes for Electrical Systems 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 03 30 00 – Cast-in-Place Concrete 15 4. Section 26 05 33 – Raceways and Boxes for Electrical Systems 16 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. This Item is considered subsidiary to the Electrical Facilities being installed. 21 2. Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the electrical facilities specified on the Drawings and shall be 24 subsidiary to the lump sum price bid for Electrical Facilities, and no other 25 compensation will be allowed. 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. American Association of State Highway and Transportation Officials (AASHTO) 32 a. M306 – Standard Specification for Drainage Structure Castings. 33 3. Underwriters Laboratories, Inc. (UL). 34 26 05 43 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. Plastic duct spacers 5 B. Shop Drawings 6 1. Manholes, handholes and associated hardware 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. Qualifications 11 1. Manufacturers 12 a. Precast manholes: Manufactured in a NPCA (National Precast Concrete 13 Association) Certified Plant 14 1.10 DELIVERY, STORAGE, AND HANDLING 15 A. Storage and Handling Requirements 16 1. Handle and store material in accordance with manufacturer's instructions. 17 2. Store materials completely covered; do not expose materials to sunlight. 18 3. Materials showing signs of previous or jobsite exposure will be rejected. 19 1.11 FIELD [SITE] CONDITIONS 20 1.12 WARRANTY 21 A. No separate warranty for this equipment 22 PART 2 - PRODUCTS 23 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 24 2.2 MATERIALS 25 A. Manufacturers 26 1. Manufacturer List 27 a. Refer to Section 01 60 00. 28 B. Conduit 29 1. PVC Schedule 40 or HDPE 30 2. Refer to Section 26 05 33 31 3. Terminators: Same size and type as the raceway 32 C. Concrete cap for raceways and duct banks 33 1. Refer to Section 03 30 00. 34 26 05 43 - 3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2. Red dye 1 a. 40 pounds per 10 cubic yards of concrete 2 D. Manholes and Handholes 3 1. Precast concrete 4 2. Designed for a AASHTO Class H20 load. 5 3. Sizes shown on Drawings 6 4. Manhole tops 7 a. Field removable 8 b. Stainless steel lifting eyes 9 5. Duct bank entries into the manhole or handhole 10 a. Centered on the entering wall 11 b. Contain the number and size of duct terminators to match the corresponding 12 duct bank 13 6. Concrete sump 14 a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep 15 b. Located in the middle of the floor of the manhole or handhole, or as shown on 16 the Drawings 17 E. Manhole Covers 18 1. Heavy duty 19 2. 36 inch diameter 20 3. Machined gray iron 21 4. AASHTO M306 CL35B minimum 22 5. 40,000-pound proof load value (AASHTO Class H20 X 2.5) 23 6. Including frame 24 7. “Electric” or “Communication” raised lettering recessed flush on the cover 25 8. Drop handles 26 F. Castings 27 1. Made In the USA 28 2. Cast with the foundry’s name and production date (example: mm/dd/yy) 29 3. True to pattern in form and dimension 30 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in 31 positions affecting strength and value 32 5. Angles: Filleted 33 6. Arises: Sharp and true 34 G. Hardware 35 1. Cable racks 36 a. Heavy duty 37 b. Non-metallic 38 c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not 39 less than 250 pounds at the outer end 40 d. Molded in 1 piece of U.L. listed glass reinforced nylon 41 e. Secured to the manhole and walls using drilled epoxy anchoring system, with 42 316 stainless steel bolts 43 26 05 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 f. Arms vertically spaced not greater than 24 inches on center 1 2. Pulling irons 2 a. Copolymer polypropylene coated 1/2 inch diameter cable 3 b. Rated pulling strength: 7500 lbs 4 c. Polyethylene pulling iron pocket 5 d. Manholes: Recessed in wall opposite each duct entry 6 e. Handholes: Located near center of handhole floor 7 3. Ladders 8 a. Fiberglass reinforced plastic 9 b. Safety yellow 10 c. 18 inch rung width 11 d. 12 inch rung spacing 12 e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the 13 underground system 14 H. Polyethylene Warning Tape 15 1. Red polyethylene film 16 2. 2 inches minimum width 17 3. Embedded metallic wire for location tracing 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION 23 A. Verification of Conditions 24 1. Field verify the routing of all underground duct banks before placement 25 2. Modify the routing to avoid underground utilities or above ground objects 26 3. Provide any alternate routing of the duct banks to the City for approval before 27 installation 28 3.3 TRENCH EXCAVATION 29 A. Provide suitable room for installing manholes, handholes, ducts and appurtenances 30 B. Furnish and place all sheeting, bracing and supports. 31 C. Excavate material of every description and of whatever substance encountered. 32 D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before 33 excavating 34 E. Refer to Section 33 05 10. 35 3.4 INSTALLATION 36 A. Trench Excavation 37 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. 38 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2. Furnish and place all sheeting, bracing and supports. 1 3. Excavate material of every description and of whatever substance encountered in 2 conformance with Section 33 05 10. 3 4. Pavement 4 a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5 5. Trenching and Compaction shall be in accordance with Section 33 05 10. 6 B. Special Techniques 7 1. Changes of direction 8 a. Less than 20 degrees 9 1) Use hotbox, strictly in conformance with the conduit manufacturer’s 10 instructions 11 b. Greater than 20 degrees 12 1) Use long radius bends 13 2. Minimum raceway size between manholes or handholes shall be 2 inches 14 C. Slopes 15 1. Install raceways to drain away from buildings. 16 2. Install raceways between manholes or handholes to drain toward the manholes or 17 handholes. 18 3. Slopes 19 a. At least 3 inches per 100 feet 20 D. Lay raceway lines in trenches on sand bedding. 21 E. Plastic spacers 22 1. Not more than 4 feet apart 23 2. Provide not less than 2 inch clearance between raceways. 24 F. Raceway banks cover: 24 inches 25 G. Raceway terminations at manholes: Terminator for PVC conduit 26 H. Blank duct plugs 27 1. Use to seal the ends of all unused ducts in the duct system 28 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the 29 underground system 30 I. Raceways entering or exiting the underground system, rising to higher elevation 31 1. Seal at higher elevation before and after the installation of cables 32 2. No entry of water or moisture to the Underground System at any time 33 J. Complete duct system before pulling any wire. 34 K. Swab all raceways clean before installing cable. 35 L. Cables in manholes and handholes 36 1. Train, support and restrain on cable racks. 37 2. Route cables passing duct entrances above all duct entrances. 38 3. Do not route cable in front of or below duct bank entrances. 39 4. Install polyethylene warning tape trench above each raceway or duct bank. 40 26 05 43 - 6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 M. Tag all underground conduits at all locations exiting and entering from underground, 1 including manholes and handholes 2 3.5 REPAIR / RESTORATION 3 A. Remove and replace sub grade soils which become soft, loose or otherwise 4 unsatisfactory as a result of inadequate excavation, dewatering or other trenching 5 methods, using gravel fill. 6 B. Existing pavement 7 1. Saw cut and repair existing pavements above new and modified existing duct 8 banks. 9 2. Cut along straight lines. 10 3. Replace pavement with the same type and quality of the existing paving. 11 C. Grassy areas 12 1. Remove and replace sod, or 13 2. Loam and reseed surface 14 3.6 RE-INSTALLATION 15 A. Backfilling 16 1. Remove materials unsuitable for backfilling. 17 2. Trench fill 18 a. Common fill material 19 b. Void of rock or other non-porous material 20 c. Layers not to exceed 8-inches in loose measure 21 d. Compact to 90 percent standard Proctor density at optimum moisture content of 22 ± 4 percent 23 e. Mounded 6-inches above existing grade 24 3. Existing grass, loam or gravel surface 25 a. Remove surface material 26 b. Conserve 27 c. Replace to the full original depth 28 4. Paved areas or designated future paved areas 29 a. Backfill with select fill material 30 b. Layers not to exceed 8-inches loose measure 31 c. Compact to 95 percent standard Proctor density at optimum moisture content of 32 ± 3 percent 33 5. Compaction 34 a. Hand or pneumatic tamping with tools weighing at least 20 pounds 35 b. Place material being spread and compacted in layers not over 8-in loose thick. 36 c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required 37 compaction 38 6. Do not place bituminous paving in backfill. 39 7. Do not use water jetting as a means of consolidating or compacting backfill. 40 8. Road surfaces 41 a. Broom and hose-clean immediately after backfilling 42 b. Employ dust control measures at all times. 43 26 05 43 - 7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 3.7 CLEANING 1 A. Remove all rubbish and debris from inside and around the underground system. 2 B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 3 handholes and structures, using brushes, vacuum cleaner or clean, lint free rags. 4 C. Do not use compressed air. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 31 10 00 - 1 SITE CLEARING Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 31 10 00 1 SITE CLEARING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Preparation of right-of-way and other designated areas for construction operations 6 by removing and disposing of all obstructions including clearing and grubbing and 7 trees, when removal of such obstructions is not specifically shown on the Drawings 8 to be paid by other Sections. The City of Fort Worth’s Urban Forestry Ordinance 9 governs all tree removals. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 – General Requirements 15 3. Section 02 41 13 – Selective Site Demolition 16 4. Section 02 41 14 – Utility Removal/Abandonment 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Site Clearing 20 a. Measurement 21 1) Measurement for this Item shall be by lump sum. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the lump sum price bid for “Site Clearing”. 25 c. The price bid shall include: 26 1) Pruning of designated trees and shrubs 27 2) Removal and disposal of trees, structures and obstructions 28 3) Backfilling of holes 29 4) Clean-up 30 2. Tree Removal (typically included in “Site Clearing”, but should be used if “Site 31 Clearing” is not a bid item) 32 a. Measurement 33 1) Measurement for this Item shall be per each. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each “Tree Removal” for: 37 a) Various caliper ranges 38 c. The price bid shall include: 39 1) Pruning of designated trees and shrubs 40 2) Removal and disposal of structures and obstructions 41 31 10 00 - 2 SITE CLEARING Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3) Grading and backfilling of holes 1 4) Excavation 2 5) Fertilization 3 6) Clean-up 4 3. Tree Removal and Transplantation 5 a. Measurement 6 1) Measurement for this Item shall be per each. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item shall be paid for at the unit price bid per each “Tree Transplant” for: 10 a) Various caliper ranges 11 c. The price bid shall include: 12 1) Pruning of designated trees and shrubs 13 2) Removal and disposal of structures and obstructions 14 3) Moving tree with truck mounted tree spade 15 4) Grading and backfilling of holes 16 5) Replanting tree at temporary location (determined by Contractor) 17 6) Maintaining tree until Work is completed 18 7) Replanting tree into original or designated location 19 8) Excavation 20 9) Fertilization 21 10) Clean-up 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINSTRATIVE REQUIREMENTS 24 A. Permits 25 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 26 required by the City’s Tree Ordinance. (www.FortWorthTexas.gov) 27 B. Preinstallation Meetings 28 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 29 City Inspector, and the Project Manager for the purpose of reviewing the 30 Contractor’s tree removal plan. Clearly mark all trees to remain on the project site 31 prior to the meeting. 32 2. The Contractor will provide the City with a Disposal Letter in accordance to 33 Division 01. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 40 1.11 FIELD CONDITIONS [NOT USED] 41 31 10 00 - 3 SITE CLEARING Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.12 WARRANTY [NOT USED] 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. All trees identified to be protected and/or preserved should be clearly flagged with 7 survey tape. 8 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 9 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 10 saved. 11 3.4 INSTALLATION 12 A. Protection of Trees 13 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 14 Refer to the Drawings for tree protection details. 15 2. If the Drawings do not provide tree protection details, protected trees shall be 16 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 17 the corners located on the canopy drip line, unless instructed otherwise. 18 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 19 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 ½ 20 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 21 form the enclosure. 22 4. Do not park equipment, service equipment, store materials, or disturb the root area 23 under the branches of trees designated for preservation. 24 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 25 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 26 the tree. 27 6. Trees and brush shall be mulched on-site. 28 a. Burning as a method of disposal is not allowed. 29 B. Hazardous Materials 30 1. The Contractor will notify the Engineer immediately if any hazardous or 31 questionable materials not shown on the Drawings are encountered. This includes; 32 but not limited to: 33 a. Floor tiles 34 b. Roof tiles 35 c. Shingles 36 d. Siding 37 e. Utility piping 38 31 10 00 - 4 SITE CLEARING Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. The testing, removal, and disposal of hazardous materials will be in accordance 1 with Division 1. 2 C. Site Clearing 3 1. Clear areas shown on the Drawings of all obstructions, except those landscape 4 features that are to be preserved. Such obstructions include, but are not limited to: 5 a. Remains of buildings and other structures 6 b. Foundations 7 c. Floor slabs 8 d. Concrete 9 e. Brick 10 f. Lumber 11 g. Plaster 12 h. Septic tank drain fields 13 i. Abandoned utility pipes or conduits 14 j. Equipment 15 k. Trees 16 l. Fences 17 m. Retaining walls 18 n. Other items as specified on the Drawings 19 2. Remove vegetation and other landscape features not designated for preservation, 20 whether above or below ground, including, but not limited to: 21 a. Curb and gutter 22 b. Driveways 23 c. Paved parking areas 24 d. Miscellaneous stone 25 e. Sidewalks 26 f. Drainage structures 27 g. Manholes 28 h. Inlets 29 i. Abandoned railroad tracks 30 j. Scrap iron 31 k. Other debris 32 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 33 maintain traffic and drainage in accordance with Section 02 41 14. 34 4. In areas receiving embankment, remove obstructions not designated for 35 preservation to 2 feet below natural ground. 36 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 37 6. In all other areas, remove obstructions to 1 foot below natural ground. 38 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 39 off to ground level. 40 a. Removal of existing structures shall be as per Section 02 41 13. 41 D. Disposal 42 1. Dispose of all trees within 24 hours of removal. 43 2. All materials and debris removed becomes the property of the Contractor, unless 44 otherwise stated on the Drawings. 45 3. The Contractor will dispose of material and debris off-site in accordance with local, 46 state, and federal laws and regulations. 47 31 10 00 - 5 SITE CLEARING Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3.5 REPAIR [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 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City’s website address 13 31 23 16 - 1 UNCLASSIFIED EXCAVATION Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 SECTION 31 23 16 1 UNCLASSIFIED EXCAVATION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 6 encountered to the lines, grades, and typical sections shown on the Drawings and 7 removal from site. Excavations may include construction of 8 a. Roadways 9 b. Drainage Channels 10 c. Site Excavation 11 d. Excavation for Structures 12 e. Or any other operation involving the excavation of on-site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 3. Section 31 24 00 – Embankments 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Excavation by Plan Quantity 22 a. Measurement 23 1) Measurement for this Item shall be by the cubic yard in its final position 24 using the average end area method. Limits of measurement are shown on 25 the Drawings. 26 2) When measured by the cubic yard in its final position, this is a plans 27 quantity measurement Item. The quantity to be paid is the quantity shown 28 in the proposal, unless modified by Article 11.04 of the General 29 Conditions. Additional measurements or calculations will be made if 30 adjustments of quantities are required. 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 cubic yard of “Unclassified Excavation by Plan”. No 35 additional compensation will be allowed for rock or shrinkage/swell 36 factors, as these are the Contractor’s responsibility. 37 c. The price bid shall include: 38 1) Excavation 39 2) Excavation Safety 40 3) Drying 41 4) Dust Control 42 31 23 16 - 2 UNCLASSIFIED EXCAVATION Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 5) Reworking or replacing the over excavated material in rock cuts 1 6) Hauling 2 7) Disposal of excess material not used elsewhere onsite 3 8) Scarification 4 9) Clean-up 5 2. Excavation by Surveyed Quantity 6 a. Measurement 7 1) Measurement for this Item shall be by the cubic yard in its final position 8 calculated using the average end area or composite method. 9 a) The City will perform a reference survey once the Site has been cleared 10 to obtain existing ground conditions. 11 b) The City will perform a final post-construction survey. 12 c) The Contractor will be paid for the cubic yardage of Excavated material 13 calculated as the difference between the two surveys. 14 d) Partial payments will be based on estimated plan quantity 15 measurements calculated by the Engineer. 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 cubic yard of “Unclassified Excavation by Survey”. 20 c. The price bid shall include: 21 1) Excavation 22 2) Excavation Safety 23 3) Drying 24 4) Dust Control 25 5) Reworking or replacing the over excavated material in rock cuts 26 6) Hauling 27 7) Disposal of excess material not used elsewhere onsite 28 8) Scarification 29 9) Clean-up 30 1.3 REFERENCES [NOT USED] 31 A. Definitions 32 1. Unclassified Excavation – Without regard to materials, all excavations shall be 33 considered unclassified and shall include all materials excavated. Any reference to 34 Rock or other materials on the Drawings or in the specifications is solely for the 35 City and the Contractor’s information and is not to be taken as a classification of 36 the excavation. 37 1.4 ADMINSTRATIVE REQUIREMENTS 38 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 39 01. 40 31 23 16 - 3 UNCLASSIFIED EXCAVATION Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 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 5 A. Excavation Safety 6 1. The Contractor shall be solely responsible for making all excavations in a safe 7 manner. 8 2. All excavation and related sheeting and bracing shall comply with the requirements 9 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 10 1.10 DELIVERY, STORAGE, AND HANDLING 11 A. Storage 12 1. Within Existing Rights-of-Way (ROW) 13 a. Soil may be stored within existing ROW, easements or temporary construction 14 easements, unless specifically disallowed in the Contract Documents. 15 b. Do not block drainage ways, inlets or driveways. 16 c. Provide erosion control in accordance with Section 31 25 00. 17 d. When the Work is performed in active traffic areas, store materials only in 18 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 within the ROW, 23 easement or temporary construction easement, then secure and maintain an 24 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 1.11 FIELD CONDITIONS 30 A. Existing Conditions 31 1. Any data which has been or may be provided on subsurface conditions is not 32 intended as a representation or warranty of accuracy or continuity between soils. It 33 is expressly understood that neither the City nor the Engineer will be responsible 34 for interpretations or conclusions drawn there from by the Contractor. 35 2. Data is made available for the convenience of the Contractor. 36 31 23 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 1.12 WARRANTY [NOT USED] 1 PART 2 - PRODUCTS [NOT USED] 2 2.1 OWNER-FURNISHED [NOT USED] 3 2.2 PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Unacceptable Fill Material 6 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 7 D2487 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 CONSTRUCTION 13 A. Accept ownership of unsuitable or excess material and dispose of material off-site 14 accordance with local, state, and federal regulations at locations. 15 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 16 during construction with eh exception of water that is applied for dust control. 17 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 18 properly dispose according to disposal plan. 19 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 20 proposed or existing structures. 21 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 22 City. 23 F. Shape slopes to avoid loosening material below or outside the proposed grades. 24 Remove and dispose of slides as directed. 25 G. Rock Cuts 26 1. Excavate to finish grades. 27 2. In the event of over excavation due to contractor error below the lines and grades 28 established in the Drawings, use approved embankment material compacted in 29 accordance with Section 31 24 00 to replace the over excavated at no additional 30 cost to City. 31 H. Earth Cuts 32 1. Excavate to finish subgrade 33 31 23 16 - 5 UNCLASSIFIED EXCAVATION Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 2. In the event of over excavation due to contractor error below the lines and grades 1 established in the Drawings, use approved embankment material compacted in 2 accordance with Section 31 24 00 to replace the over excavated at no additional 3 cost to City. 4 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 5 3.5 REPAIR [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUALITY CONTROL 8 A. Subgrade Tolerances 9 1. Excavate to within 0.1 foot in all directions. 10 2. In areas of over excavation, Contractor provides fill material approved by the City 11 at no expense to the City. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 21 31 23 23 - 1 BORROW Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 SECTION 31 23 23 1 BORROW 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnish, place and compact Borrow material for grading. 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 3. Section 31 24 00 – Embankments 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Borrow by Plan Quantity 15 a. Measurement 16 1) Measurement for this Item shall be by the cubic yard in its final position 17 using the average end area method. Limits of measurement are shown on 18 the Drawings. 19 2) When measured by the cubic yard in its final position, this is a plans 20 quantity measurement Item. The quantity to be paid is the quantity shown 21 in the proposal, unless modified by Article 11.04 of the General 22 Conditions. Additional measurements or calculations will be made if 23 adjustments of quantities are required. 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 cubic yard of “Borrow by Plan” for the various borrow 28 materials. No additional compensation will be allowed for rock or 29 shrinkage/swell factors, as these are the Contractor’s responsibility. 30 c. The price bid shall include: 31 1) Transporting or hauling material 32 2) Furnishing, placing, compacting and finishing Borrow 33 3) Construction Water 34 4) Dust Control 35 5) Clean-up 36 6) Proof Rolling 37 7) Disposal of excess or waste material 38 8) Reworking or replacement of undercut material 39 2. Borrow by Surveyed Quantity 40 a. Measurement 41 31 23 23 - 2 BORROW Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 1) Measurement for this Item shall be by the cubic yard in its final position 1 calculated using the average end area or composite method. 2 a) The City will perform a reference survey once the Site has been cleared 3 to obtain existing ground conditions. 4 b) The City will perform a final post-construction survey. 5 c) The Contractor will be paid for the cubic yardage of Borrow material 6 calculated as the difference between the two surveys. 7 d) Partial payments will be based on estimated plan quantity 8 measurements calculated by the Engineer. 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 cubic yard of “Borrow by Survey” for: 13 a) Various Borrow materials 14 c. The price bid shall include: 15 1) Transporting or hauling material 16 2) Furnishing, placing, compacting and finishing Borrow 17 3) Construction Water 18 4) Clean-up 19 5) Dust Control 20 6) Proof Rolling 21 7) Disposal of excess or waste material 22 8) Reworking or replacement of undercut material 23 3. Borrow by Delivered Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard of loose Borrow 26 material as delivered to the Site and recorded by truck ticket provided to the 27 City. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under “Measurement” will be paid for at the unit 31 price bid per cubic yard of “Borrow by Delivery” delivered to the Site and 32 recorded by truck ticket for: 33 a) Various Borrow materials 34 c. The price bid shall include: 35 1) Transporting or hauling material 36 2) Furnishing, placing, compacting and finishing Borrow 37 3) Construction Water 38 4) Clean-up 39 5) Dust Control 40 6) Proof Rolling 41 7) Disposal of excess or waste material 42 8) Reworking or replacement of undercut material 43 1.3 REFERENCES 44 A. Reference Standards 45 1. Reference standards cited in this Specification refer to the current reference 46 standard published at the time of the latest revision date logged at the end of this 47 Specification, unless a date is specifically cited. 48 31 23 23 - 3 BORROW Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 2. ASTM Standards 1 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 2 Purposes (Unified Soil Classification System) 3 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 4 Plasticity Index of Soils 5 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 6 (Gradation) of Soils Using Sieve Analysis 7 d. ASTM D698, Standard Test Methods for Laboratory Compaction 8 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS 11 A. Submittals shall be in accordance with Section 01 33 00. 12 B. All submittals shall be approved by the City prior to construction. 13 C. Submit laboratory tests reports for each soil borrow source used to supply general 14 borrow and select fill materials. 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 16 A. Shop Drawings 17 1. Stockpiled Borrow material 18 a. Provide a description of the storage of the delivered Borrow material only if the 19 Contract Documents do not allow storage of materials in the right-of-way of the 20 easement. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. Borrow material shall be tested prior to delivery to the Site. 25 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 26 from each source. 27 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 28 D6913 and ASTM D4318-10 respectively. 29 1.10 DELIVERY, STORAGE, AND HANDLING 30 A. Delivery 31 1. Coordinate all deliveries and haul-off. 32 B. Storage 33 1. Within Existing Rights-of-Way (ROW) 34 a. Borrow materials may be stored within existing ROW, easements or temporary 35 construction easements, unless specifically disallowed in the Contract 36 Documents. 37 b. Do not block drainage ways, inlets or driveways. 38 c. Provide erosion control in accordance with Section 31 25 00. 39 d. Store materials only in areas barricaded as provided in the traffic control plans. 40 31 23 23 - 4 BORROW Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 e. In non-paved areas, do not store material on the root zone of any trees or in 1 landscaped areas. 2 2. Designated Storage Areas 3 a. If the Contract Documents do not allow the storage of Borrow materials within 4 the ROW, easement or temporary construction easement, then secure and 5 maintain an adequate storage location. 6 b. Provide an affidavit that rights have been secured to store the materials on 7 private property. 8 c. Provide erosion control in accordance with Section 31 25 00. 9 d. Do not block drainage ways. 10 e. Only materials used for 1 working day will be allowed to be stored in the work 11 zone. 12 1.11 FIELD CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER-FURNISHED [NOT USED] 16 2.2 PRODUCT TYPES AND MATERIALS 17 A. Borrow 18 1. Additional soil beneath pavements, roadways, foundations and other structures 19 required to achieve the elevations shown on the Drawings. 20 2. Acceptable Fill Material 21 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 22 ASTM D2487 23 b. Free from deleterious materials, boulders over 6 inches in size and organics 24 c. Can be placed free from voids 25 d. Must have 20 percent passing the number 200 sieve 26 3. Blended Fill Material 27 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 28 b. Blended with in-situ or imported Acceptable Fill material to meet the 29 requirements of an Acceptable Fill Material 30 c. Free from deleterious materials, boulders over 6 inches in size and organics 31 d. Must have 20 percent passing the number 200 sieve 32 4. Select Fill 33 a. Classified as SC or CL in accordance with ASTM D2487 34 b. Liquid limit less than 35 35 c. Plasticity index between 8 and 20 36 5. Cement Stabilized Sand (CSS) 37 a. Sand or silty sand 38 b. Free of clay or plastic material 39 c. Minimum of 4 percent cement content of Type I/II portland cement 40 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 41 D1633, Method A 42 31 23 23 - 5 BORROW Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 1 D1633, Method A 2 f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant 3 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 4 2.4 ACCESSORIES [NOT USED] 5 2.5 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. All Borrow placement shall be performed in accordance to Section 31 24 00. 12 3.5 REPAIR [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL 15 A. Field quality control will be performed in accordance to Section 31 24 00. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 25 31 24 00 - 1 EMBANKMENTS Page 1 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 SECTION 31 24 00 1 EMBANKMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Transporting and placement of Acceptable Fill Material within the boundaries of 6 the Site for construction of: 7 a. Roadways 8 b. Embankments 9 c. Drainage Channels 10 d. Site Grading 11 e. Any other operation involving the placement of on-site materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Embankments by Plan Quantity 20 a. Measurement 21 1) Measurement for this Item shall be by the cubic yard in its final position 22 using the average end area method. Limits of measurement are shown on 23 the Drawings. 24 2) When measured by the cubic yard in its final position, this is a plans 25 quantity measurement Item. The quantity to be paid is the quantity shown 26 in the proposal, unless modified by Article 11.04 of the General 27 Conditions. Additional measurements or calculations will be made if 28 adjustments of quantities are required. 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 cubic yard of “Embankment by Plan”. No additional 33 compensation will be allowed for rock or shrinkage/swell factors, as these 34 are the Contractor’s responsibility. 35 c. The price bid shall include: 36 1) Transporting or hauling material 37 2) Placing, compacting, and finishing Embankment 38 3) Construction Water 39 4) Dust Control 40 5) Clean-up 41 6) Proof Rolling 42 31 24 00 - 2 EMBANKMENTS Page 2 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 7) Disposal of excess materials 1 8) Reworking or replacement of undercut material 2 2. Embankments by Surveyed Quantity 3 a. Measurement 4 1) Measurement for this Item shall be by the cubic yard in its final position 5 calculated using the average end area or composite method. 6 a) The City will perform a reference survey once the Site has been cleared 7 to obtain existing ground conditions. 8 b) The City will perform a final post-construction survey. 9 c) The Contractor will be paid for the cubic yardage of Embankment 10 calculated as the difference between the two surveys. 11 d) Partial payments will be based on estimated plan quantity 12 measurements calculated by the Engineer. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under “Measurement” will be paid for at the unit 16 price bid per cubic yard of “Embankment by Survey”. 17 c. The price bid shall include: 18 1) Transporting or hauling material 19 2) Placing, compacting, and finishing Embankment 20 3) Construction Water 21 4) Dust Control 22 5) Clean-up 23 6) Proof Rolling 24 7) Disposal of excess materials 25 8) Reworking or replacement of undercut material 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this specification refer to the current reference standard 29 published at the time of the latest revision date logged at the end of this 30 specification, unless a date is specifically cited. 31 2. ASTM Standards 32 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 33 and Plasticity Index of Soils 34 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 35 Wax Method 36 c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction 37 Characteristics of Soil Using Standard Effort 38 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 39 Characteristics of Soil Using Modified Effort 40 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 41 Weight and Water Content Range for Effective Compaction of Granular Soils 42 Using a Vibrating Hammer 43 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 44 by the Sand Cone Method 45 1.4 ADMINSTRATIVE REQUIREMENTS 46 A. Sequencing 47 31 24 00 - 3 EMBANKMENTS Page 3 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 1. Sequence work such that calls of proctors are complete in accordance with ASTM 1 D698 prior to commencement of construction activities. 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to construction 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Shop Drawings 7 1. Stockpiled material 8 a. Provide a description of the storage of the excavated material only if the 9 Contract Documents do not allow storage of materials in the right-of-way or the 10 easement 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 15 A. Storage 16 1. Within Existing Rights-of-Way (ROW) 17 a. Soil may be stored within existing ROW, easements or temporary construction 18 easements, unless specifically disallowed in the Contract Documents. 19 b. Do not block drainage ways, inlets or driveways. 20 c. Provide erosion control in accordance with Section 31 25 00. 21 d. When the Work is performed in active traffic areas, store materials only in 22 areas barricaded as provided in the traffic control plans. 23 e. In non-paved areas, do not store material on the root zone of any trees or in 24 landscaped areas. 25 2. Designated Storage Areas 26 a. If the Contract Documents do not allow the storage within the ROW, easement 27 or temporary construction easement, then secure and maintain an adequate 28 storage location. 29 b. Provide an affidavit that rights have been secured to store the materials on 30 private property. 31 c. Provide erosion control in accordance with Section 31 25 00. 32 d. Do not block drainage ways. 33 1.11 FIELD CONDITIONS 34 A. Existing Conditions 35 1. Any data which has been or may be provided on subsurface conditions is not 36 intended as a representation or warranty of accuracy or continuity between soils. It 37 is expressly understood that neither the City nor the Engineer will be responsible 38 for interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. 40 31 24 00 - 4 EMBANKMENTS Page 4 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 1.12 WARRANTY [NOT USED] 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED [NOT USED] 3 2.2 PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Acceptable Fill Material 6 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 7 ASTM D2487 8 b. Free from deleterious materials, boulders over 6 inches in size and organics 9 c. Can be placed free from voids 10 d. Must have 20 percent passing the number 200 sieve 11 2. Blended Fill Material 12 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 13 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 3. Unacceptable Fill Material 19 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 20 D2487 21 4. 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 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 26 2.4 ACCESSORIES [NOT USED] 27 2.5 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION 32 A. Protection of In-Place Conditions 33 1. Pavement 34 a. Conduct activities in such a way that does not damage existing pavement that is 35 designated to remain. 36 31 24 00 - 5 EMBANKMENTS Page 5 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 b. Repair or replace any pavement damaged due to the negligence of the 1 contractor outside the limits designated for pavement removal at no additional 2 cost 3 2. Trees 4 a. When operating outside of existing ROW, stake permanent and temporary 5 construction easements. 6 b. Restrict all construction activities to the designated easements and ROW. 7 c. Flag and protect all trees designated to remain in accordance with Section 31 10 8 00. 9 d. Conduct embankments in a manner such that there is no damage to the tree 10 canopy. 11 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 12 specifically allowed by the City. 13 1) Pruning or trimming may only be accomplished with equipment 14 specifically designed for tree pruning or trimming. 15 3. Above ground Structures 16 a. Protect all above ground structures adjacent to the construction. 17 4. Traffic 18 a. Maintain existing traffic, except as modified by the traffic control plan, and in 19 accordance with Section 34 71 13. 20 b. Do not block access to driveways or alleys for extended periods of time unless: 21 1) Alternative access has been provided 22 2) Proper notification has been provided to the property owner or resident 23 3) It is specifically allowed in the traffic control plan 24 3.4 INSTALLATION 25 A. Embankments General 26 1. Placing and Compacting Embankment Material 27 a. Perform fill operation in an orderly and systematic manner using equipment in 28 proper sequence to meet the compaction requirements 29 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 30 6 inches, unless otherwise shown on the Drawings 31 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 32 deleterious materials 33 d. Bench slopes before placing material. 34 e. Begin filling in the lowest section or the toe of the work area 35 f. When fill is placed directly or upon older fill, remove debris and any loose 36 material and proof roll existing surface. 37 g. After spreading the loose lifts to the required thickness and adjusting its 38 moisture content as necessary, simultaneously recompact scarified material 39 with the placed embankment material. 40 h. Roll with sufficient number passes to achieve the minimum required 41 compaction. 42 i. Provide water sprinkled as necessary to achieve required moisture levels for 43 specified compaction 44 j. Do not add additional lifts until the entire previous lift is properly compacted. 45 2. Surface Water Control 46 a. Grade surface horizontally but provide with sufficient longitudinal and 47 transverse slope to allow for runoff of surface water from every point. 48 31 24 00 - 6 EMBANKMENTS Page 6 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 1 created. 2 c. Install temporary dewatering sumps in low areas during filling where excess 3 amounts of runoff collect. 4 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 5 free from humps and hollows that would prevent proper uniform compaction. 6 e. Do not place fill during or shortly after rain events which prevent proper work 7 placement of the material and compaction 8 f. Prior to resuming compaction operations, remove muddy material off the 9 surface to expose firm and compacted materials 10 B. Embankments for Roads 11 1. Only Acceptable Fill Material will be allowed for roadways 12 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 13 the finished grade of the street 14 3. Construct generally to conform to the cross section of the subgrade section as 15 shown in the Drawings. 16 4. Establish grade and shape to the typical sections shown on the Drawings 17 5. Maintain finished sections of embankment to the grade and compaction 18 requirements until the project is accepted. 19 C. Earth Embankments 20 1. Earth embankment is mainly composed of material other than rock. Construct 21 embankments in successive layers, evenly distributing materials in lengths suited 22 for sprinkling and rolling. 23 2. Rock or Concrete 24 a. Obtain approval from the City prior to incorporating rock and broken concrete 25 produced by the construction project in the lower layers of the embankment. 26 b. No Rock or Concrete will be permitted in embankments in any location where 27 future utilities are anticipated. 28 c. When the size of approved rock or broken concrete exceeds the layer thickness 29 place the rock and concrete outside the limits of the proposed structure or 30 pavement. Cut and remove all exposed reinforcing steel from the broken 31 concrete. 32 3. Move the material dumped in piles or windrows by blading or by similar methods 33 and incorporate it into uniform layers. 34 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 35 ensure there are no abrupt changes in the material. 36 5. Break down clods or lumps of material and mix embankment until a uniform 37 material is attained. 38 D. Rock Embankments 39 1. Rock embankment is mainly composed of rock. 40 2. Rock Embankments for roadways are only allowed when specifically designated on 41 the Drawings. 42 3. Construct rock embankments in successive layers for the full width of the roadway 43 cross-section with a depth of 18-inches or less. 44 31 24 00 - 7 EMBANKMENTS Page 7 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 1 case. Fill voids created by the large stone matrix with smaller stones during the 2 placement and filling operations. 3 5. Ensure the depth of the embankment layer is greater than the maximum dimension 4 of any rock. 5 6. Do not place rock greater than 18-inches in its maximum dimension. 6 7. Construct the final layer with graded material so that the density and uniformity is 7 in accordance compaction requirements. 8 8. The upper or final layer of rock embankments shall contain no material larger than 9 4 inches in their maximum dimension. 10 E. Density 11 1. Compact each layer until the maximum dry density as determined by ASTM D698 12 is achieved. 13 a. Not Under Roadway or Structure: 14 1) areas to be compacted in the open, not beneath any structure, pavement, 15 flatwork, or is a minimum of 1foot outside of the edge of any structure, 16 edge of pavement, or back of curb. 17 a) Compact each layer to a minimum of 90 percent Standard Proctor 18 Density. 19 b. Embankments under future paving: 20 1) Compact each layer to a minimum of 95 percent standard proctor density 21 with a moisture content not to exceed +4 percent or -2 percent of optimum 22 moisture or as indicated on the Drawings 23 c. Embankments under structures: 24 1) Compacted each layer as indicated on the Drawings 25 F. Maintenance of Moisture and Reworking 26 1. Maintain the density and moisture content once all requirements are met. 27 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 28 percentage points below optimum. 29 3. Rework the material to obtain the specified compaction when the material loses the 30 required stability, density, moisture, or finish. 31 4. Alter the compaction methods and procedures on subsequent work to obtain 32 specified density as directed by the City. 33 3.5 REPAIR [NOT USED] 34 3.6 RE-INSTALLATION [NOT USED] 35 3.7 FIELD QUAILITY CONTROL 36 A. Field Tests and Inspections 37 1. Proctors 38 a. The City will perform Proctors in accordance with ASTM D698. 39 b. Test results will generally be available to within 4 calendar days and distributed 40 to: 41 1) Contractor 42 2) City Project Manager 43 3) City Inspector 44 31 24 00 - 8 EMBANKMENTS Page 8 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 4) Engineer 1 c. Notify the City if the characteristic of the soil changes. 2 d. City will perform new proctors for varying soils: 3 1) When indicated in the geotechnical investigation in the Appendix 4 2) If notified by the Contractor 5 3) At the convenience of the City 6 e. Embankments where different soil types are present and are blended, the 7 proctors shall be based on the mixture of those soils. 8 2. Proof Rolling 9 a. Embankments under Future Pavement 10 1) City Project Representative must be on-site during proof rolling operations. 11 2) Use equipment that will apply sufficient load to identify soft spots that rut 12 or pump. 13 a) Acceptable equipment includes fully loaded single-axle water truck 14 with a 1500 gallon capacity. 15 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 16 4) Offset each trip by at most 1 tire width. 17 5) If an unstable or non-uniform area is found, correct the area. 18 6) Correct 19 a) Soft spots that rut or pump greater than 3/4 inch. 20 b) Areas that are unstable or non-uniform 21 7) If a non-uniform area is found then correct the area. 22 b. Embankments Not Under Future Paving 23 1) No Proof Rolling is required. 24 3. Density Testing of Embankments 25 a. Density Test shall be in conformance with ASTM D2922. 26 b. For Embankments under future pavement: 27 1) The City will perform density testing twice per working day when 28 compaction operations are being conducted. 29 2) The testing lab shall take a minimum of 3 density tests, but the number of 30 test shall be appropriate for the area being compacted. 31 3) Testing shall be representative of the current lift being compacted. 32 4) Special attention should be placed on edge conditions. 33 c. For Embankments not under future pavement or structures: 34 1) The City will perform density testing once working day when compaction 35 operations are being conducted. 36 2) The testing lab shall take a minimum of 3 density tests. 37 3) Testing shall be representative of the current lift being compacted. 38 d. Make the area where the embankment is being placed available for testing. 39 e. The City will determine the location of the test. 40 f. The City testing lab will provide results to Contractor and the City’s Inspector 41 upon completion of the testing. 42 g. A formal report will be posted to the City’s Buzzsaw site within 48 hours. 43 h. Test reports shall include: 44 1) Location of test by station number 45 2) Time and date of test 46 3) Depth of testing 47 4) Field moisture 48 5) Dry density 49 31 24 00 - 9 EMBANKMENTS Page 9 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 6) Proctor identifier 1 7) Percent Proctor Density 2 B. Non-Conforming Work 3 1. All non-conforming work shall be removed and replaced. 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 – Added possible measurement and payment procedures and Blue text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 14 31 25 00 - 1 EROSION AND SEDIMENT CONTROL Page 1 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 31 25 00 1 EROSION AND SEDIMENT CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Implementation of the project’s Storm Water Pollution Prevention Plan (SWPPP) 6 and installation, maintenance and removal of erosion and sediment control devices 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Storm Water Pollution Prevention Plan <1 acre 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the structure or Items being bid and no other 20 compensation will be allowed. 21 2. Storm Water Pollution Prevention Plan ≥ 1 acre 22 a. Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for “SWPPP ≥ 1 acre”. 26 c. The price bid shall include: 27 1) Preparation of SWPPP 28 2) Implementation 29 3) Permitting fees 30 4) Installation 31 5) Maintenance 32 6) Removal 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification, unless a date is specifically cited. 38 2. ASTM Standard: 39 31 25 00 - 2 EROSION AND SEDIMENT CONTROL Page 2 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 1 Fabrics—Diaphragm Bursting Strength Tester Method 2 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 3 of Geotextiles 4 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 5 of a Geotextile 6 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 7 Geomembranes and Related Products 8 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 9 TXR150000 10 4. TxDOT Departmental Material Specifications (DMS) 11 a. DMS-6230 “Temporary Sediment Control Fence Fabric” 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS 14 A. Storm Water Pollution Prevention Plan (SWPPP) 15 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 16 Construction Activity under the TPDES General Permit 17 C. Construction Site Notice 18 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 19 Construction Activity under the TPDES General Permit 20 E. Notice of Change (if applicable) 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 30 2.2 PRODUCT TYPES AND MATERIALS 31 A. Rock Filter Dams 32 1. Aggregate 33 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 34 crumbling, flaking and eroding acceptable to the Engineer. 35 b. Provide the following: 36 1) Types 1, 2 and 4 Rock Filter Dams 37 31 25 00 - 3 EROSION AND SEDIMENT CONTROL Page 3 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a) Use 3 to 6 inch aggregate. 1 2) Type 3 Rock Filter Dams 2 a) Use 4 to 8 inch aggregate. 3 2. Wire 4 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 5 wires for Types 2 and 3 rock filter dams 6 b. Type 4 dams require: 7 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2½ 8 inches x 3 ¼ inches 9 2) Minimum 0.0866 inch steel wire for netting 10 3) Minimum 0.1063 inch steel wire for selvages and corners 11 4) Minimum 0.0866 inch for binding or tie wire 12 B. Geotextile Fabric 13 1. Place the aggregate over geotextile fabric meeting the following criteria: 14 a. Tensile Strength of 250 pounds, per ASTM D4632 15 b. Puncture Strength of 135 pounds, per ASTM D4833 16 c. Mullen Burst Rate of 420 psi, per ASTM D3786 17 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 18 C. Sandbag Material 19 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 20 be used to fill the sandbags. 21 D. Stabilized Construction Entrances 22 1. Provide materials that meet the details shown on the Drawings and this Section. 23 a. Provide crushed aggregate for long and short-term construction exits. 24 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 25 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 26 and injurious matter. 27 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 28 d. The aggregate shall be placed over a geotextile fabric meeting the following 29 criteria: 30 1) Tensile Strength of 300 pounds, per ASTM D4632 31 2) Puncture Strength of 120 pounds, per ASTM D4833 32 3) Mullen Burst Rate of 600 psi, per ASTM D3786 33 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 34 E. Embankment for Erosion Control 35 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 36 embankment to meet the intended use. 37 F. Sandbags 38 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 39 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst-40 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 41 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 42 1 to fill sandbags. 43 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 44 inches thick. 45 Table 1 46 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sand Gradation 1 Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 2 1. Provide a net-reinforced fence using woven geo-textile fabric. 3 2. Logos visible to the traveling public will not be allowed. 4 a. Fabric 5 1) Provide fabric materials in accordance with DMS-6230, “Temporary 6 Sediment Control Fence Fabric.” 7 b. Posts 8 1) Provide essentially straight wood or steel posts with a minimum length of 9 48 inches, unless otherwise shown on the Drawings. 10 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 11 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 12 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 13 foot. 14 c. Net Reinforcement 15 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 16 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 17 unless otherwise shown on the Drawings. 18 d. Staples 19 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION [NOT USED] 25 3.3 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. Storm Water Pollution Prevention Plan 28 1. Develop and implement the project’s Storm Water Pollution Prevention Plan 29 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 30 requirements. Prevent water pollution from storm water runoff by using and 31 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 32 discharges to the MS4 from the construction site. 33 B. Control Measures 34 1. Implement control measures in the area to be disturbed before beginning 35 construction, or as directed. Limit the disturbance to the area shown on the 36 Drawings or as directed. 37 31 25 00 - 5 EROSION AND SEDIMENT CONTROL Page 5 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Control site waste such as discarded building materials, concrete truck washout 1 water, chemicals, litter and sanitary waste at the construction site. 2 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 3 sedimentation resulting from construction operations, the Engineer will limit the 4 disturbed area to that which the Contractor is able to control. Minimize disturbance 5 to vegetation. 6 4. Immediately correct ineffective control measures. Implement additional controls as 7 directed. Remove excavated material within the time requirements specified in the 8 applicable storm water permit. 9 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 10 temporary control measures, temporary embankments, bridges, matting, falsework, 11 piling, debris, or other obstructions placed during construction that are not a part of 12 the finished work, or as directed. 13 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 14 streambed. 15 D. Do not install temporary construction crossings in or across any water body without the 16 prior approval of the appropriate resource agency and the Engineer. 17 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 18 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 19 provide shelter for stored chemicals. 20 F. Installation and Maintenance 21 1. Perform work in accordance with the TPDES Construction General Permit 22 TXR150000. 23 2. When approved, sediments may be disposed of within embankments, or in areas 24 where the material will not contribute to further siltation. 25 3. Dispose of removed material in accordance with federal, state, and local 26 regulations. 27 4. Remove devices upon approval or when directed. 28 a. Upon removal, finish-grade and dress the area. 29 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 30 Drawings or directed. 31 5. The Contractor retains ownership of stockpiled material and must remove it from 32 the project when new installations or replacements are no longer required. 33 G. Rock Filter Dams for Erosion Control 34 1. Remove trees, brush, stumps and other objectionable material that may interfere 35 with the construction of rock filter dams. 36 2. Place sandbags as a foundation when required or at the Contractor’s option. 37 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 38 specified, without undue voids. 39 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 40 upstream side over the aggregate and secure it to itself on the downstream side with 41 wire ties, or hog rings, or as directed. 42 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 43 otherwise directed. 44 31 25 00 - 6 EROSION AND SEDIMENT CONTROL Page 6 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 6. Construct filter dams according to the following criteria, unless otherwise shown on 1 the Drawings: 2 a. Type 1 (Non-reinforced) 3 1) Height - At least 18 inches measured vertically from existing ground to top 4 of filter dam 5 2) Top Width - At least 2 feet 6 3) Slopes - At most 2:1 7 b. Type 2 (Reinforced) 8 1) Height - At least 18 inches measured vertically from existing ground to top 9 of filter dam 10 2) Top Width - At least 2 feet 11 3) Slopes - At most 2:1 12 c. Type 3 (Reinforced) 13 1) Height - At least 36 inches measured vertically from existing ground to top 14 of filter dam 15 2) Top Width - At least 2 feet 16 3) Slopes - At most 2:1 17 d. Type 4 (Sack Gabions) 18 1) Unfold sack gabions and smooth out kinks and bends. 19 2) For vertical filling, connect the sides by lacing in a single loop–double loop 20 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 21 tight, wrap around the end, and twist 4 times. At the filling end, fill with 22 stone, pull the rod tight, cut the wire with approximately 6 inches 23 remaining, and twist wires 4 times. 24 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 25 connect sides and secure ends as described above. 26 4) Lift and place without damaging the gabion. 27 5) Shape sack gabions to existing contours. 28 e. Type 5 29 1) Provide rock filter dams as shown on the Drawings. 30 H. Construction Entrances 31 1. When tracking conditions exist, prevent traffic from crossing or exiting the 32 construction site or moving directly onto a public roadway, alley, sidewalk, parking 33 area, or other right of way areas other than at the location of construction entrances. 34 2. Place the exit over a foundation course, if necessary. 35 a. Grade the foundation course or compacted subgrade to direct runoff from the 36 construction exits to a sediment trap as shown on the Drawings or as directed. 37 3. At drive approaches, make sure the construction entrance is the full width of the 38 drive and meets the length shown on the Drawings. 39 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 40 other points of ingress or egress or as directed by the Engineer. 41 I. Earthwork for Erosion Control 42 1. Perform excavation and embankment operations to minimize erosion and to remove 43 collected sediments from other erosion control devices. 44 a. Excavation and Embankment for Erosion Control Measures 45 1) Place earth dikes, swales or combinations of both along the low crown of 46 daily lift placement, or as directed, to prevent runoff spillover. 47 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Page 7 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) Place swales and dikes at other locations as shown on the Drawings or as 1 directed to prevent runoff spillover or to divert runoff. 2 3) Construct cuts with the low end blocked with undisturbed earth to prevent 3 erosion of hillsides. 4 4) Construct sediment traps at drainage structures in conjunction with other 5 erosion control measures as shown on the Drawings or as directed. 6 5) Where required, create a sediment basin providing 3,600 cubic feet of 7 storage per acre drained, or equivalent control measures for drainage 8 locations that serve an area with 10 or more disturbed acres at 1 time, not 9 including offsite areas. 10 b. Excavation of Sediment and Debris 11 1) Remove sediment and debris when accumulation affects the performance of 12 the devices, after a rain, and when directed. 13 J. Sandbags for Erosion Control 14 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 15 runoff from disturbed areas, create a retention pond, detain sediment and release 16 water in sheet flow. 17 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 18 allow for proper tying of the open end. 19 3. Place the sandbags with their tied ends in the same direction. 20 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 21 5. Place a single layer of sandbags downstream as a secondary debris trap. 22 6. Place additional sandbags as necessary or as directed for supplementary support to 23 berms or dams of sandbags or earth. 24 K. Temporary Sediment-Control Fence 25 1. Provide temporary sediment-control fence near the downstream perimeter of a 26 disturbed area to intercept sediment from sheet flow. 27 2. Incorporate the fence into erosion-control measures used to control sediment in 28 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 29 Section, or as directed. 30 a. Post Installation 31 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 32 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 33 b. Fabric Anchoring 34 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 35 fabric. 36 2) Provide a minimum trench cross-section of 6 x 6 inches 37 3) Place the fabric against the side of the trench and align approximately 2 38 inches of fabric along the bottom in the upstream direction. 39 4) Backfill the trench, then hand-tamp. 40 c. Fabric and Net Reinforcement Attachment 41 1) Unless otherwise shown under the Drawings, attach the reinforcement to 42 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 43 equally spaced. 44 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 45 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 46 every 15 inches or less. 47 31 25 00 - 8 EROSION AND SEDIMENT CONTROL Page 8 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 d. Fabric and Net Splices 1 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 2 least 6 places equally spaced, unless otherwise shown under the Drawings. 3 a) Do not locate splices in concentrated flow areas. 4 2) Requirements for installation of used temporary sediment-control fence 5 include the following: 6 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 7 b) Fabric without excessive patching (more than 1 patch every 15 to 20 8 feet) 9 c) Posts without bends 10 d) Backing without holes 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING 17 A. Waste Management 18 1. Remove sediment, debris and litter as needed. 19 3.11 CLOSEOUT ACTIVITIES 20 A. Erosion control measures remain in place and are maintained until all soil disturbing 21 activities at the project site have been completed. 22 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 23 on areas not covered by permanent structures, or in areas where permanent erosion 24 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Install and maintain the integrity of temporary erosion and sedimentation control 28 devices to accumulate silt and debris until earthwork construction and permanent 29 erosion control features are in place or the disturbed area has been adequately stabilized 30 as determined by the Engineer. 31 B. If a device ceases to function as intended, repair or replace the device or portions 32 thereof as necessary. 33 C. Perform inspections of the construction site as prescribed in the Construction General 34 Permit TXR150000. 35 D. Records of inspections and modifications based on the results of inspections must be 36 maintained and available in accordance with the permit. 37 31 25 00 - 9 EROSION AND SEDIMENT CONTROL Page 9 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3.14 ATTACHMENTS [NOT USED] 1 END OF SECTION 2 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 31 37 00 - 1 RIPRAP Page 1 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 31 37 00 1 RIPRAP 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. 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 3. Section 03 30 00 – Cast-In -Place Concrete 12 4. Section 31 25 00 – Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by the face square yard to the depth 17 specified of material complete in place. Volume will be computed on the basis 18 of the measured area and type, verified by field measurements. 19 2. Payment 20 a. The work performed and materials furnished in accordance with this Item and 21 measured as provided under “Measurement” will be paid for at the unit price 22 bid per square yard of “Riprap” installed for: 23 1) Various types 24 2) Various thicknesses 25 3) Various void-filling techniques 26 3. The price bid shall include: 27 a. Furnishing, hauling, and placing riprap 28 b. Filter fabric 29 c. Expansion joint material 30 d. Concrete and reinforcing steel 31 e. Excavation of toe wall trenches, as applicable 32 f. Excavation below natural ground or bottom of excavated channel, as applicable 33 g. Shaping of slopes, as applicable 34 h. Bedding 35 i. Grout and mortar 36 j. Scales 37 k. Test weights 38 l. Clean-up 39 1.3 REFERENCES 40 A. Reference Standards 41 31 37 00 - 2 RIPRAP Page 2 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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. ASTM Standards 4 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 5 Aggregates 6 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 7 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 8 Vacuum Saturation and Rapid Submersion 9 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 10 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 11 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 12 Elongation of Geotextiles 13 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 14 Geotextiles 15 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 16 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 17 Size of a Geotextile 18 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 19 Geotextiles by Permittivity 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Concrete Riprap 33 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 34 Section 03 30 00, unless otherwise shown on the Drawings. 35 B. Stone Riprap 36 1. Unless otherwise shown on the Drawings, use durable natural stone with a 37 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 38 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 39 cycles of sodium sulfate solution. 40 31 37 00 - 3 RIPRAP Page 3 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. For all types of stone riprap perform a size verification test on the first 5,000 square 1 yards of finished riprap stone at a location determined by the Engineer. Weigh each 2 stone in a square test area with the length of each side of the square equal to 3 times 3 the specified riprap thickness. The weight of the stones, excluding spalls, should be 4 as specified below. Additional tests may be required. Do not place additional riprap 5 until the initial 5,000 square yards of riprap has been approved. 6 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 7 parts sand and mixed with water until it achieves a consistency that will flow into 8 and completely fill all voids. 9 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap, provide 10 the filter fabric type shown on the Drawings 11 a. Large 12 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of 13 the stones heavier than 100 pounds 14 b. Medium 15 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of 16 the stones heavier than 100 pounds Use stones with at least 1 broad flat 17 surface. 18 c. Block 19 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches 20 in their least dimension. Use stones that are at least twice as wide as they 21 are thick. When shown on the Drawings or approved, material may consist 22 of broken concrete removed under the Contract or from other approved 23 sources. Before placement of each piece of broken concrete, cut exposed 24 reinforcement flush with all surfaces. 25 d. Slab 26 1) Use boulders or quarried rock that meets the gradation requirements of 27 Table 1. Both the width and the thickness of each piece of riprap must be a 28 least 1/3 of the length. When shown on the Drawings or as approved, 29 material may consist of broken concrete removed under the Contract or 30 from other approved sources. Before placement of each piece of broken 31 concrete, cut exposed reinforcement flush with all surfaces. 32 2) Provide bedding stone that in-place meets the gradation requirements 33 shown in Table 2 or as otherwise shown on the Drawings. 34 Table 1 35 Riprap Gradation Requirements 36 Thickness Maximum Size (lb.) 90 percent Size1 (lb.) 50& Size1 (lb.) 8 percent Size, Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 37 38 31 37 00 - 4 RIPRAP Page 4 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Table 2 1 Bedding Stone Gradation 2 Sieve Size (Square Mesh) Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 C. Special Riprap 3 1. Furnish materials for special riprap according to the Drawings. 4 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 5 2.4 ACCESSORIES [NOT USED] 6 2.5 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 13 the placement of riprap. Place riprap and toe walls according to details and dimensions 14 shown on the Drawings or as directed by the Engineer. 15 B. Concrete Riprap 16 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 17 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at 18 all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch 19 and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from 20 the edge of concrete. Use approved supports to hold the reinforcement 21 approximately equidistant from the top and bottom surface of the slab. Adjust 22 reinforcement during concrete placement to maintain correct position. 23 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is 24 placed. All surfaces must be moist when concrete is placed. 25 3. Compact each layer to a minimum of 95 percent standard proctor density with a 26 moisture content not to exceed +4 percent or -2 percent of optimum moisture or as 27 indicated on the Drawings. 28 4. After placing the concrete, compact and shape it to conform to the dimensions 29 shown on Drawings. After it has set sufficiently to avoid slumping, finish the 30 surface with a wood float to secure a smooth surface or broom finish as approved. 31 5. Immediately after the finishing operation, cure the riprap according to Section 03 32 30 00. 33 31 37 00 - 5 RIPRAP Page 5 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 C. Stone Riprap 1 1. Provide the following types of stone riprap when shown on the Drawings. 2 a. Dry Riprap 3 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 4 b. Grouted Riprap 5 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 6 grouted after all the stones are in place. 7 c. Mortared Riprap 8 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 9 placed. 10 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 11 stone riprap, and place to a tight fit. 12 3. Do not place mortar or grout when the air temperature is below 35 degrees 13 Fahrenheit. 14 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 15 approved, place filter fabric with the length running up and down the slope. Ensure 16 fabric has a minimum overlap of 2 feet. 17 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U-18 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 19 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing 20 may be used when approved. 21 6. Large 22 a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place 23 stones in a single layer with close joints so that most of their weight is carried 24 by the earth and not by the adjacent stones. 25 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 26 the embankment slope. 27 c. Place each course from the bottom of the embankment upward with the larger 28 stones in the lower courses. 29 d. Fill open joints between stones with spalls. 30 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 31 variation between the tops of adjacent stones. Replace, embed deeper, or chip 32 away stones that project more than the allowable amount above the finished 33 surface. 34 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 35 sand, or foreign material from filling the spaces between the stones. After the 36 stones are in place, thoroughly wet the stones, fill the spaces between the stones 37 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 38 grouting. 39 7. Medium 40 a. Dry Placement 41 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 42 horizontal earth bed, and overlap the underlying course to secure a lapped 43 surface. 44 2) Place the large stones first, roughly arranged in close contact. Fill the 45 spaces between the large stones with suitably sized stones placed to leave 46 the surface evenly stepped and conforming to the contour required. 47 3) Place stone to drain water down the face of the slope. 48 31 37 00 - 6 RIPRAP Page 6 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. Grouting 1 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat-2 surfaced stones to produce an even surface with minimal voids. 3 2) Place stones with the flat surface facing upward parallel to the slope. Place 4 the largest stones near the base of the slope. 5 3) Fill spaces between the larger stones with stones of suitable size, leaving 6 the surface smooth, tight, and conforming to the contour required. 7 4) Place the stones to create a plane surface with a maximum variation of 6 8 inches in 10 feet from true plane. Provide the same degree of accuracy for 9 warped and curved surfaces. 10 5) Prevent earth, sand or foreign material from filling the spaces between the 11 stones. After the stones are in place, thoroughly wet them, fill the spaces 12 between them with grout, and pack. Sweep the surface with a stiff broom 13 after grouting. 14 c. Mortaring 15 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 16 placement. Before placing mortar, wet the stones thoroughly. 17 2) As the larger stones are placed, bed them in fresh mortar and shove 18 adjacent stones into contact with one another. 19 3) After completing the work, spread all excess mortar forced out during 20 placement of the stones uniformly over them to fill all voids completely. 21 Point up all joints roughly either with flush joints or with shallow, smooth-22 raked joints as directed. 23 D. Block 24 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 25 course. Bed the base course of stone well into the ground with the edges in contact. 26 Bed and place each succeeding course in even contact with the preceding course. 27 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 28 the finished surface presents an even, tight surface, true to the line and grades of the 29 typical sections. 30 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 31 foreign material from filling the spaces between the stones. After the stones are in 32 place, wet them thoroughly, fill the spaces between them with grout, and pack. 33 Sweep the surface with a stiff broom after grouting. 34 E. Slab 35 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 36 limits shown on the Drawings. Place stone for riprap on the bedding material to 37 produce a reasonably well-graded mass of riprap with the minimum practicable 38 percentage of voids. 39 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 40 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 41 the Drawings is allowed in the finished surface of the riprap. 42 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 43 material. Ensure that the entire mass of stones in their final position is free from 44 objectionable pockets of small stones and clusters of larger stones. 45 31 37 00 - 7 RIPRAP Page 7 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 1 dumping it from the top of the slope, pushing it from the top of the slope, or any 2 method likely to cause segregation of the various sizes. 3 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 4 selective loading of material at the quarry or other source or by other methods of 5 placement that will produce the specified results. 6 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 7 obtain a reasonably well-graded distribution of stone sizes. 8 F. Special Riprap 9 1. Construct special riprap according to the Drawings. 10 3.5 REPAIR [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS 20 21 22 23 24 25 26 27 28 29 30 31 32 Figure 1 - Large stone riprap, dry or grouted. 33 34 31 37 00 - 8 RIPRAP Page 8 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 Figure 2 - Medium stone riprap, dry or grouted. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Figure 3 - Medium stone riprap, mortared. 27 28 29 30 31 37 00 - 9 RIPRAP Page 9 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 Figure 4 – Block stone riprap, dry or grouted. 2 3 4 Figure 5 – Slab stone riprap 5 6 END OF SECTION 7 31 37 00 - 10 RIPRAP Page 10 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. – defined compaction requirements beneath concrete rip rap 2 32 11 29 - 1 LIME TREATED BASE COURSES Page 1 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 32 11 29 1 LIME 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 lime, 6 mixing and compacting the mix material to the required density. 7 2. Item applies to the natural ground, embankment, existing pavement; base or 8 subbase courses placed and shall conform to the typical section, lines and grades 9 shown on the Drawings. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 - General Requirements 15 3. Section 31 23 23 - Borrow 16 4. Section 32 11 23 - Flexible Base Courses 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Hydrated Lime 20 a. Measurement 21 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated 22 Lime used to prepare slurry at the job site. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under “Measurement” will be paid for at the unit 26 price bid per ton of Hydrated Lime. 27 c. The price bid shall include: 28 1) Furnishing the material 29 2) All freight involved 30 3) All unloading, storing, and handling 31 2. Commercial Lime Slurry 32 a. Measurement 33 1) Measurement for this Item shall be by the ton (dry weight) as calculated 34 from the minimum percent dry solids content of the slurry multiplied by the 35 weight of the slurry in tons delivered. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” will be paid for at the unit 39 price bid per ton of Commercial Lime Slurry. 40 c. The price bid shall include: 41 1) Furnishing the material 42 32 11 29 - 2 LIME TREATED BASE COURSES Page 2 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) All freight involved 1 3) All unloading, storing, and handling 2 3. Quicklime 3 a. Measurement 4 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. 5 Measurement for Quicklime in slurry form shall be measured by the ton 6 (dry weight) of the Quicklime used to prepare the slurry. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under “Measurement” will be paid for at the unit 10 price bid per ton of Quicklime. 11 c. The price bid shall include: 12 1) Furnishing the material 13 2) All freight involved 14 3) All unloading, storing, and handling 15 4. Lime Treatment 16 a. Measurement 17 1) Measurement for this Item shall be by the square yard of surface area as 18 established by the widths shown on the Drawings and the lengths measured 19 at placement. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under “Measurement” will be paid for at the unit 23 price bid per square yard of Lime Treatment applied for: 24 a) Various depths 25 c. The price bid shall include: 26 1) Preparing the roadbed 27 2) Loosening, pulverizing application of lime, water content in the slurry 28 mixture and the mixing water 29 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 30 4) Performing all manipulations required 31 1.3 REFERENCES 32 A. Definitions 33 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 34 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 35 delivered to a project in slurry form. 36 3. Quicklime: dry material consisting of calcium oxide furnished in either of two 37 grades: 38 a. Grade DS – grade of “pebble” quicklime suitable for use in the preparation of 39 slurry for wet placing. 40 b. Grade S – finely graded quicklime for use only in the preparation of slurry for 41 wet placing. 42 B. Reference Standards 43 1. Reference standards cited in this specification refer to the current reference standard 44 published at the time of the latest revision date logged at the end of this 45 specification, unless a date is specifically cited. 46 2. ASTM International (ASTM): 47 32 11 29 - 3 LIME TREATED BASE COURSES Page 3 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 1 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 2 b. D6938, Standard Test Method for In-Place Density and Water Content of Soil 3 and Soil-Aggregate by Nuclear Methods (Shallow Depth) 4 3. Texas Department of Transportation (TXDOT): 5 a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing 6 b. Tex-140-E, Measuring Thickness of Pavement Layer 7 c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and 8 Commercial Lime Slurry 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 ACTION SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY AND STORAGE 16 A. Truck Delivered Lime 17 1. Each truck ticket shall bear the weight of lime measured on certified scales. 18 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 19 delivery of lime to the site. 20 1.11 SITE CONDITIONS 21 A. Start lime application only when the air temperature is at least 35°F and rising or is at 22 least 40°F. Measure temperature in the shade and away from artificial heat. 23 B. Suspend application when the City determines that weather conditions are unsuitable. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. General 29 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 30 the Drawings and specifications. 31 2. Notify the City of the proposed material sources and of changes to material sources. 32 3. Obtain verification from the City that the specification requirements are met before 33 using the sources. 34 4. The City may sample and test project materials at any time before compaction. 35 B. Lime 36 1. Hydrated Lime 37 a. pumpable suspension of solids in water 38 32 11 29 - 4 LIME TREATED BASE COURSES Page 4 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. solids portion of the mixture when considered as a basis of “solids content,” 1 shall consist of principally hydrated lime of a quality and fineness sufficient to 2 meet the chemical and physical requirements. 3 2. Dry Lime: Do not use unless approved by City. 4 3. Quicklime 5 a. Use quicklime only when specified by the City. 6 b. dry material consisting of essentially calcium oxide. 7 c. Furnished in either of two grades: 8 1) Grade DS 9 2) Grade S 10 4. Furnish lime that meets the following requirements 11 a. Chemical Requirements 12 Table 2 13 Lime Chemical Requirements 14 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 15 Table 3 16 Lime Physical Requirements 17 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. 18 c. Slurry Grades 19 Table 4 20 Lime Slurry Grades 21 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Grade 1 31 Grade 2 35 Grade 3 46 1 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 2 11 23, for the type and grade shown on the Drawings, before the addition of lime. 3 D. Water: Furnish water free of industrial wastes and other objectionable material. 4 E. Borrow: See Section 31 23 23. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION 11 A. Shape the subgrade or existing base to conform to the typical sections shown on the 12 Drawings or as directed. 13 3.4 INSTALLATION 14 A. General 15 1. Produce a completed course of treated material containing: 16 a. uniform lime mixture, free from loose or segregated areas. 17 b. uniform density and moisture content. 18 c. well bound for full depth. 19 d. with smooth surface and suitable for placing subsequent courses. 20 2. Maximum layer depth of lime treatment in single layer: 8 inches. 21 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact 22 and finish in equal layers not exceeding 5 inches deep. 23 B. Equipment 24 1. General: Provide machinery, tools, and equipment necessary for proper execution 25 of the work. 26 2. Rollers 27 a. The Contractor may use any type of roller to meet the production rates and 28 quality requirements of the Contract unless otherwise shown on the Drawings 29 or directed. 30 b. When specific types of equipment are required, use equipment that meets the 31 specified requirements. 32 c. Alternate Equipment 33 1) Instead of the specified equipment, the Contractor may, as approved, 34 operate other compaction equipment that produces equivalent results. 35 2) Discontinue the use of the alternate equipment and furnish the specified 36 equipment if the desired results are not achieved. 37 d. City may require Contractor to substitute equipment if production rate and 38 quality requirements of the Contract are not met. 39 32 11 29 - 6 LIME TREATED BASE COURSES Page 6 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. Storage Facility 1 a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 2 4. Slurry Equipment 3 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 4 quicklime on the project or other approved location. 5 b. The City may approve other slurrying methods. 6 c. Provide a pump for agitating the slurry when the distributor truck is not 7 equipped with an agitator. 8 5. Pulverization Equipment 9 a. Provide pulverization equipment that: 10 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 11 plane to a uniform surface over the entire width of the cut 12 2) Provides a visible indication of the depth of cut at all times, and uniformly 13 mixes the materials 14 C. Pulverization 15 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 16 1/2 inch sieve. 17 2. If the material cannot be uniformly processed to the required depth in a single pass, 18 excavate and windrow the material to expose a secondary grade to achieve 19 processing to depth as shown in the Drawings. 20 D. Application of Lime 21 1. Uniformly apply lime as shown on the Drawings or as directed. 22 2. Add lime at the percentage specified in Drawings. 23 3. Apply lime only on an area where mixing can be completed during the same 24 working day. 25 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind 26 conditions, in the opinion of the City, cause blowing lime to become dangerous to 27 traffic or objectionable to adjacent property owners. 28 5. Slurry Placement 29 a. Hydrated Lime 30 1) Mix Lime with water and apply slurry 31 2) Apply Type B, commercial lime slurry, with a lime percentage not less 32 applicable for grade used 33 3) Distribute lime at the rate shown on the Drawings 34 4) Make successive passes over a measured surface of roadway until the 35 proper moisture and lime content have been achieved. 36 b. Quicklime 37 1) Spread the residue for the Quicklime slurrying procedure uniformly over 38 the length of the roadway. 39 2) Residue is primarily inert material with little stabilizing value; however, 40 may contain a small amount of Quicklime particles that slake slowly. A 41 concentration of these particles could cause the compacted stabilized 42 material to swell during slaking. 43 E. Mixing 44 1. Begin mixing within 6 hours of application of lime. 45 32 11 29 - 7 LIME TREATED BASE COURSES Page 7 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Hydrated lime exposed to the open air for 6 hours or more between application and 1 mixing, or that experiences excessive loss due to washing or blowing, will not be 2 accepted for payment. 3 3. Thoroughly mix the material and lime using approved equipment. 4 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free 5 from all clods and lumps. 6 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 7 6. Materials containing plastic clay or other materials that are not readily mixed with 8 lime shall be mixed as thoroughly as possible at the time of lime application, 9 brought to the proper moisture content and sealed with a pneumatic roller. 10 7. Allow the mixture to cure for 72 hours or as directed by City. 11 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 12 9. Sprinkle the treated materials during the mixing and curing operation to achieve 13 adequate hydration and proper moisture content. 14 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 15 11. After mixing, City will sample the mixture at roadway moisture and test in 16 accordance with Tex-101-E, Part III, to determine compliance with the gradation 17 requirements in Table 5. 18 Table 5 19 Gradation Requirements (Minimum % Passing) 20 Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 21 F. Compaction 22 1. General 23 a. Begin compaction immediately after final mixing. 24 b. Aerate and sprinkle as necessary to provide optimum moisture content. 25 c. Multiple lifts are permitted when shown on the Drawings or approved. 26 d. Bring each layer to the moisture content directed. 27 2. Rolling 28 a. Begin rolling longitudinally at the sides and proceed toward the center, 29 overlapping on successive trips by at least one-half the width of the roller unit. 30 b. On superelevated curves, begin rolling at the low side and progress toward the 31 high side. 32 c. Offset alternate trips of the roller. 33 d. Operate rollers at a speed between 2 and 6 MPH or as directed. 34 e. Rework, recompact, and refinish material that fails to meet or that loses 35 required moisture, density, stability, or finish before the next course is placed or 36 the project is accepted. 37 1) Continue work until specification requirements are met. 38 2) Rework in accordance with Maintenance item of this Section. 39 f. Proof roll the lime treated base course in accordance with the following: 40 1) Proof Rolling 41 a) City Project Representative must be on-site during proof rolling 42 operations. 43 32 11 29 - 8 LIME TREATED BASE COURSES Page 8 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b) Use equipment that will apply sufficient load to identify soft spots that 1 rut or pump. 2 (1) Acceptable equipment includes fully loaded single-axle water truck 3 with a 1500 gallon capacity. 4 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 5 d) Offset each trip by at most 1 tire width. 6 e) If an unstable or non-uniform area is found, correct the area. 7 2) Correct 8 a) Soft spots that rut or pump greater than 3/4 inch. 9 b) Areas that are unstable or non-uniform. 10 3. Density Control 11 a. Compact until the entire depth of the mixture has achieved a uniform density of 12 not less than 95 percent of the maximum density as determined by ASTM 13 D698. 14 b. Moisture content: minus 2 to plus 4 optimum. 15 G. Maintenance 16 1. Maintain the completed soil lime base in good condition, satisfactory to the City as 17 to grade, crown and cross section until the overlaying or next course is constructed. 18 2. Keep surface of the compacted course moist until covered by other base or 19 pavement. 20 3. Reworking a Section 21 a. When a section is reworked within 72 hours after completion of compaction, 22 rework the section to provide the required density. 23 b. When a section is reworked more than 72 hours after completion of 24 compaction, add additional lime at 25 percent of the percentage specified. 25 c. Reworking includes loosening, adding material or removing unacceptable 26 material if necessary, mixing as directed, compacting, and finishing. 27 H. Finishing 28 1. After completing compaction of the final course, clip, skin, or tight-blade the 29 surface of the lime-treated material with a maintainer or subgrade trimmer to a 30 depth of approximately 1/4 inch. 31 2. Remove loosened material and dispose of at an approved location. 32 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth 33 surface is attained. 34 4. Add small amounts of water as needed during rolling. 35 5. Shape and maintain the course and surface in conformity with the typical sections, 36 lines, and grades shown on the Drawings or as directed. 37 I. Curing 38 1. Cure for the minimum number of days shown in Table 6 and by finished pavement 39 type: 40 a. Concrete pavement 41 1) Sprinkle with water 42 2) Maintain moisture during curing 43 3) Do not allow equipment on the finished course during curing except as 44 required for sprinkling. 45 b. Asphalt Pavement 46 32 11 29 - 9 LIME TREATED BASE COURSES Page 9 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 1 2) Do not allow equipment on the finished course during curing. 2 Table 6 3 Minimum Curing Requirements Before Placing Subsequent Courses1 4 Untreated Material Curing (Days) PI 35 2 PI > 35 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final 5 compaction. 6 3.5 REPAIR/RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 QUALITY CONTROL 9 A. Density Test 10 1. City Project Representative must be on site during density testing 11 2. City to measure density of lime treated base course in accordance with ASTM 12 D6938. 13 3. Spacing directed by City (1 per block minimum). 14 4. City Project Representative determines density testing locations. 15 B. Depth Test 16 1. In -place depth will be evaluated for each 500-foot roadway section 17 2. Determine in accordance with Tex-140-E in hand excavated holes. 18 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 19 4. City Project Representative determines depth testing locations. 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 32 13 13 - 1 CONCRETE PAVING Page 1 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 32 13 13 1 CONCRETE PAVING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section includes: 5 1. Finished pavement constructed of portland cement concrete including 6 monolithically poured curb on the prepared subgrade or other base course. 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 32 01 29 - Concrete Paving Repair 13 4. Section 32 13 73 - Concrete Paving Joint Sealants 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement 16 1. Measurement 17 a. Measurement for this Item shall be by the square yard of completed and 18 accepted Concrete Pavement in its final position as measured from back of curb 19 for various: 20 1) Classes 21 2) Thicknesses 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item will 24 be paid for at the unit price bid per square yard of Concrete Pavement. 25 3. The price bid shall include: 26 a. Shaping and fine grading the placement area 27 b. Furnishing and applying all water required 28 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 29 ingredients including all freight and royalty involved 30 d. Mixing, placing, finishing and curing all concrete 31 e. Furnishing and installing all reinforcing steel 32 f. Furnishing all materials and placing longitudinal, warping, expansion, and 33 contraction joints, including all steel dowels, dowel caps and load transmission 34 units required, wire and devices for placing, holding and supporting the steel 35 bar, load transmission units, and joint filler material in the proper position; for 36 coating steel bars where required by the Drawings 37 g. Sealing joints 38 h. Monolithically poured curb 39 i. Cleanup 40 32 13 13 - 2 CONCRETE PAVING Page 2 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.3 REFERENCES 1 A. Reference Standards 2 1. Reference standards cited in this specification refer to the current reference standard 3 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. ASTM International (ASTM): 6 a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete 7 Reinforcement 8 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 9 Field 10 c. C33, Concrete Aggregates 11 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 12 Specimens 13 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 14 Beams of Concrete 15 f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 16 g. C150, Portland Cement 17 h. C156, Water Retention by Concrete Curing Materials 18 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 19 j. C260, Air Entraining Admixtures for Concrete 20 k. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 21 l. C494, Chemical Admixtures for Concrete, Types “A”, “D”, “F” and “G” 22 m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 23 Admixture in Concrete 24 n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 25 Concrete 26 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-27 Cement Concrete 28 p. C1602, Standard Specification for Mixing Water Used in the Production of 29 Hydraulic Cement Concrete. 30 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 31 (12,400 ft-lbf/ft3) 32 3. American Concrete Institute (ACI): 33 a. ACI 305.1-06 Specification for Hot Weather Concreting 34 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 35 c. ACI 318 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. See Item 2.4.A. 40 32 13 13 - 3 CONCRETE PAVING Page 3 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD CONDITIONS 5 A. Weather Conditions 6 1. Place concrete when concrete temperature is between 40 and 100 degrees when 7 measured in accordance with ASTM C1064 at point of placement. 8 2. Hot Weather Concreting 9 a. Take immediate corrective action or cease paving when the ambient 10 temperature exceeds 95 degrees. 11 b. Concrete paving operations shall be approved by the City when the concrete 12 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 13 Concreting (ACI 305.1-06). 14 3. Cold Weather Concreting 15 a. Do not place when ambient temp in shade is below 40 degrees and falling. 16 Concrete may be placed when ambient temp is above 35 degrees and rising or 17 above 40 degrees. 18 b. Concrete paving operations shall be approved by the City when ambient 19 temperature is below 40 degrees. See Standard Specification for Cold Weather 20 Concreting (ACI 306.1-90). 21 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 22 pavement in natural light, or as directed by the City. 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 26 2.2 MATERIALS 27 A. Cementitious Material: ASTM C150. 28 B. Aggregates: ASTM C33. 29 C. Water: ASTM C1602. 30 D. Admixtures: When admixtures are used, conform to the appropriate specification: 31 1. Air-Entraining Admixtures for Concrete: ASTM C260. 32 2. Chemical Admixtures for Concrete: ASTM C494, Types “A”, “D”, “F” and “G.” 33 3. Fly Ash 34 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 35 ASTM C618. 36 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 37 specified cement content when such batch design is approved by the Engineer. 38 32 13 13 - 4 CONCRETE PAVING Page 4 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 E. Steel Reinforcement: ASTM A615. 1 F. Steel Wire Reinforcement: Not used for concrete pavement. 2 G. Dowels and Tie Bars 3 1. Dowel and tie bars: ASTM A615. 4 2. Dowel Caps 5 a. Provide dowel caps with enough range of movement to allow complete closure 6 of the expansion joint. 7 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 8 have an internal diameter sufficient to permit the cap to freely slip over the bar. 9 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 10 and one end of the cap shall be rightly closed. 11 3. Epoxy for Dowel and Tie Bars: ASTM C881. 12 a. See following table for approved producers of epoxies and adhesives 13 14 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Slow Set Adhesives Technology Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 15 b. Epoxy Use, Storage and Handling 16 1) Package components in airtight containers and protect from light and 17 moisture. 18 2) Include detailed instructions for the application of the material and all 19 safety information and warnings regarding contact with the components. 20 3) Epoxy label requirements 21 a) Resin or hardener components 22 b) Brand name 23 c) Name of manufacturer 24 32 13 13 - 5 CONCRETE PAVING Page 5 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 d) Lot or batch number 1 e) Temperature range for storage 2 f) Date of manufacture 3 g) Expiration date 4 h) Quantity contained 5 4) Store epoxy and adhesive components at temperatures recommended by the 6 manufacturer. 7 5) Do not use damaged or previously opened containers and any material that 8 shows evidence of crystallization, lumps skinning, extreme thickening, or 9 settling of pigments that cannot be readily dispersed with normal agitation. 10 6) Follow sound environmental practices when disposing of epoxy and 11 adhesive wastes. 12 7) Dispose of all empty containers separately. 13 8) Dispose of epoxy by completely emptying and mixing the epoxy before 14 disposal 15 H. Reinforcement Bar Chairs 16 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 17 reinforcement bars and shall not bend or break under the weight of the 18 reinforcement bars or Contractor’s personnel walking on the reinforcing bars. 19 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 20 plastic. 21 3. For approval of plastic chairs, representative samples of the plastic shall show no 22 visible indications of deterioration after immersion in a 5-percent solution of 23 sodium hydroxide for 120-hours. 24 4. Bar chairs may be rejected for failure to meet any of the requirements of this 25 specification. 26 I. Joint Filler 27 1. Joint filler is the material placed in concrete pavement and concrete structures to 28 allow for the expansion and contraction of the concrete. 29 2. Wood Boards: Used as joint filler for concrete paving. 30 a. Boards for expansion joint filler shall be of the required size, shape and type 31 indicated on the Drawings or required in the specifications. 32 1) Boards shall be of selected stock of redwood or cypress. The boards shall 33 be sound heartwood and shall be free from sapwood, knots, clustered 34 birdseyes, checks and splits. 35 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 36 be sufficiently rigid to permit ease of installation. 37 3) Boards shall be furnished in lengths equal to the width between 38 longitudinal joints, and may be furnished in strips or scored sheet of the 39 required shape. 40 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 41 Drawings; the width shall be not less than that shown on the Drawings, providing 42 for the top seal space. 43 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 44 requirements of this specification. 45 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 46 32 13 13 - 6 CONCRETE PAVING Page 6 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 K. Curing Materials 1 1. Membrane-Forming Compounds. 2 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 3 compound and be of such nature that it shall not produce permanent 4 discoloration of concrete surfaces nor react deleteriously with the concrete. 5 b. The compound shall produce a firm, continuous uniform moisture-impermeable 6 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 7 concrete. 8 c. It shall, when applied to the damp concrete surface at the specified rate of 9 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 10 normal conditions suitable for concrete operations. 11 d. It shall adhere in a tenacious film without running off or appreciably sagging. 12 e. It shall not disintegrate, check, peel or crack during the required curing period. 13 f. The compound shall not peel or pick up under traffic and shall disappear from 14 the surface of the concrete by gradual disintegration. 15 g. The compound shall be delivered to the job site in the manufacturer's original 16 containers only, which shall be clearly labeled with the manufacturer's name, 17 the trade name of the material and a batch number or symbol with which test 18 samples may be correlated. 19 h. When tested in accordance with ASTM C156 Water Retention by Concrete 20 Curing Materials, the liquid membrane-forming compound shall restrict the loss 21 of water present in the test specimen at the time of application of the curing 22 compound to not more than 0.01-oz.-per-2 inches of surface. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Mix Design 26 1. Concrete Mix Design and Control 27 a. At least 10 calendar days prior to the start of concrete paving operations, the 28 Contractor shall submit a design of the concrete mix it proposes to use and a 29 full description of the source of supply of each material component. 30 b. The design of the concrete mix shall produce a quality concrete complying with 31 these specifications and shall include the following information: 32 1) Design Requirements and Design Summary 33 2) Material source 34 3) Dry weight of cement/cubic yard and type 35 4) Dry weight of fly ash/cubic yard and type, if used 36 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 37 6) Design water/cubic yard 38 7) Quantities, type, and name of admixtures with manufacturer's data sheets 39 8) Current strength tests or strength tests in accordance with ACI 318 40 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 41 and date of tests 42 10) Fineness modulus of fine aggregate 43 11) Specific Gravity and Absorption Values of fine and coarse aggregates 44 12) L.A. Abrasion of coarse aggregates 45 c. Once mix design approved by City, maintain intent of mix design and 46 maximum water to cement ratio. 47 32 13 13 - 7 CONCRETE PAVING Page 7 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 d. No concrete may be placed on the job site until the mix design has been 1 approved by the City. 2 2. Quality of Concrete 3 a. Consistency 4 1) In general, the consistency of concrete mixtures shall be such that: 5 a) Mortar shall cling to the coarse aggregate 6 b) Aggregate shall not segregate in concrete when it is transported to the 7 place of deposit 8 c) Concrete, when dropped directly from the discharge chute of the mixer, 9 shall flatten out at the center of the pile, but the edges of the pile shall 10 stand and not flow 11 d) Concrete and mortar shall show no free water when removed from the 12 mixer 13 e) Concrete shall slide and not flow into place when transported in metal 14 chutes at an angle of 30 degrees with the horizontal 15 f) Surface of the finished concrete shall be free from a surface film or 16 laitance 17 2) When field conditions are such that additional moisture is needed for the 18 final concrete surface finishing operation, the required water shall be 19 applied to the surface by hand sprayer only and be held to a minimum 20 amount. 21 3) The concrete shall be workable, cohesive, possess satisfactory finishing 22 qualities and be of the stiffest consistency that can be placed and vibrated 23 into a homogeneous mass. 24 4) Excessive bleeding shall be avoided. 25 5) If the strength or consistency required for the class of concrete being 26 produced is not secured with the minimum cement specified or without 27 exceeding the maximum water/cement ratio, the Contractor may use, or the 28 City may require, an approved cement dispersing agent (water reducer); or 29 the Contractor shall furnish additional aggregates, or aggregates with 30 different characteristics, or the Contractor may use additional cement in 31 order to produce the required results. 32 6) The additional cement may be permitted as a temporary measure, until 33 aggregates are changed and designs checked with the different aggregates 34 or cement dispersing agent. 35 7) The Contractor is solely responsible for the quality of the concrete 36 produced. 37 8) The City reserves the right to independently verify the quality of the 38 concrete through inspection of the batch plant, testing of the various 39 materials used in the concrete and by casting and testing concrete cylinders 40 or beams on the concrete actually incorporated in the pavement. 41 b. Standard Class 42 1) Unless otherwise shown on the Drawings or detailed specifications, the 43 standard class for concrete paving for streets and alleys is shown in the 44 following table: 45 46 32 13 13 - 8 CONCRETE PAVING Page 8 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Standard Classes of Pavement Concrete 1 Class of Concrete1 Minimum Cementitious, Lb./CY 28 Day Min. Compressive, Strength2 psi Maximum Water/ Cementitious, Ratio Course Aggregate Maximum Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained-air. 2 2. Minimum Compressive Strength Required. 3 4 2) Machine-Laid concrete: Class P 5 3) Hand-Laid concrete: Class H 6 c. High Early Strength Concrete (HES) 7 1) When shown on the Drawings or allowed, provide Class HES concrete for 8 very early opening of pavements area or leaveouts to traffic. 9 2) Design class HES to meet the requirements of class specified for concrete 10 pavement and a minimum compressive strength of 2,600 psi in 24 hours, 11 unless other early strength and time requirements are shown on the 12 Drawings allowed. 13 3) No strength overdesign is required. 14 15 Standard Classes of Pavement Concrete 16 Class of Concrete1 Minimum Cementitious Lb./CY 28 Day Min. Compressive Strength2 psi Maximum Water/ Cementitious Ratio Course Aggregate Maximum Size, inch HES 564 4500 0.45 1-1/2 17 d. Slump 18 1) Slump requirements for pavement and related concrete shall be as specified 19 in the following table: 20 21 Concrete Pavement Slump Requirements 22 Concrete Use Recommended Design and Placement Slump, inch Maximum Acceptable Placement Slump, inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete Valley Gutter and Other Miscellaneous Concrete 4 5 23 2) No concrete shall be permitted with slump in excess of the maximums 24 shown. 25 32 13 13 - 9 CONCRETE PAVING Page 9 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3) Any concrete mix failing to meet the above consistency requirements, 1 although meeting the slump requirements, shall be considered 2 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 3 conditions. 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 INSTALLATION 9 A. Equipment 10 1. All equipment necessary for the construction of this item shall be on the project. 11 2. The equipment shall include spreading devices (augers), internal vibration, 12 tamping, and surface floating necessary to finish the freshly placed concrete in such 13 a manner as to provide a dense and homogeneous pavement. 14 3. Machine-Laid Concrete Pavement 15 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 16 that are uniformly supported on a very firm subbase to prevent sagging under 17 the weight of machine. 18 b. Slip-Form Paver 19 1) Slip-form paving equipment shall be provided with traveling side forms of 20 sufficient dimensions, shape and strength so as to support the concrete 21 laterally for a sufficient length of time during placement. 22 2) City may reject use of Slip-Form Paver if paver requires over-digging and 23 impacts trees, mailboxes or other improvements. 24 4. Hand-Laid Concrete Pavement 25 a. Machines that do not incorporate these features, such as roller screeds or 26 vibrating screeds, shall be considered tools to be used in hand-laid concrete 27 construction, as slumps, spreading methods, vibration, and other procedures are 28 more common to hand methods than to machine methods. 29 5. City may reject equipment and stop operation if equipment does not meet 30 requirements. 31 B. Concrete Mixing and Delivery 32 1. Transit Batching: shall not be used – onsite mixing not permitted 33 2. Ready Mixed Concrete 34 a. The concrete shall be produced in an approved method conforming to the 35 requirements of this specification and ASTM C94/C94M. City shall have access 36 ready mix to get samples of materials. 37 b. City shall have access to ready mix plant to obtain material samples. 38 c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate 39 Procedure 2: 40 1) As the mixer is being emptied, individual samples shall be taken after the 41 discharge of approximately 15 percent and 85 percent of the load. 42 32 13 13 - 10 CONCRETE PAVING Page 10 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) The method of sampling shall provide that the samples are representative of 1 widely separated portions, but not from the very ends of the batch. 2 d. The mixing of each batch, after all materials are in the drum, shall continue until 3 it produces a thoroughly mixed concrete of uniform mass as determined by 4 established mixer performance ratings and inspection, or appropriate uniformity 5 tests as described in ASTM C94. 6 e. The entire contents of the drum shall be discharged before any materials are 7 placed therein for the succeeding batch. 8 f. Retempering or remixing shall not be permitted. 9 3. Delivery 10 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 11 City to prevent cold joint. 12 4. Delivery Tickets 13 a. For all operations, the manufacturer of the concrete shall, before unloading, 14 furnish to the purchaser with each batch of concrete at the site a delivery ticket 15 on which is printed, stamped, or written, the following information to determine 16 that the concrete was proportioned in accordance with the approved mix design: 17 1) Name of concrete supplier 18 2) Serial number of ticket 19 3) Date 20 4) Truck number 21 5) Name of purchaser 22 6) Specific designation of job (name and location) 23 7) Specific class, design identification and designation of the concrete in 24 conformance with that employed in job specifications 25 8) Amount of concrete in cubic yards 26 9) Time loaded or of first mixing of cement and aggregates 27 10) Water added by receiver of concrete 28 11) Type and amount of admixtures 29 C. Subgrade 30 1. When manipulation or treatment of subgrade is required on the Drawings, the work 31 shall be performed in proper sequence with the preparation of the subgrade for 32 pavement. 33 2. The roadbed shall be excavated and shaped in conformity with the typical sections 34 and to the lines and grades shown on the Drawings or established by the City. 35 3. All holes, ruts and depressions shall be filled and compacted with suitable material 36 and, if required, the subgrade shall be thoroughly wetted and reshaped. 37 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 38 corrected. 39 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 40 density as determined by ASTM D698. 41 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 42 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 43 pavement to ensure its being in a firm and moist condition. 44 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 45 of the work. 46 32 13 13 - 11 CONCRETE PAVING Page 11 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 1 place concrete pavement. 2 10. After the specified moisture and density are achieved, the Contractor shall maintain 3 the subgrade moisture and density in accordance with this Section. 4 11. In the event that rain or other conditions may have adversely affected the condition 5 of the subgrade or base, additional tests may be required as directed by the City. 6 D. Placing and Removing Forms 7 1. Placing Forms 8 a. Forms for machine-laid concrete 9 1) The side forms shall be metal, of approved cross section and bracing, of a 10 height no less than the prescribed edge thickness of the concrete section, 11 and a minimum of 10 feet in length for each individual form. 12 2) Forms shall be of ample strength and staked with adequate number of pins 13 capable of resisting the pressure of concrete placed against them and the 14 thrust and the vibration of the construction equipment operating upon them 15 without appreciable springing, settling or deflection. 16 3) The forms shall be free from warps, bends or kinks and shall show no 17 variation from the true plane for face or top. 18 4) Forms shall be jointed neatly and tightly and set with exactness to the 19 established grade and alignment. 20 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 21 advance of the paving operations. 22 6) In no case shall the base width be less than 8 inches for a form 8 inches or 23 more in height. 24 7) Forms must be in firm contact with the subgrade throughout their length 25 and base width. 26 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 27 or other additional supports may be necessary to provide the required 28 stability. 29 b. Forms for hand-laid concrete 30 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 31 inches in thickness or equivalent when wooden forms are used, or be of a 32 gauge that shall provide equivalent rigidity and strength when metal forms 33 are used. 34 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 35 wood forms shall be used. 36 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 37 shall be rejected. 38 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 39 operations shall be stopped the forms reset to line and grade and the pavement then 40 brought to the required section and thickness. 41 3. Cleaning. Forms shall be thoroughly cleaned after each use. 42 4. Removal. 43 a. Forms shall remain in place until the concrete has taken its final set. 44 b. Avoid damage to the edge of the pavement when removing forms. 45 c. Repair damage resulting from form removal and honeycombed areas with a 46 mortar mix within 24 hours after form removal unless otherwise approved. 47 32 13 13 - 12 CONCRETE PAVING Page 12 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 1 after a bulkhead for a transverse construction joint has been removed unless 2 otherwise approved. 3 e. When forms are removed before 72 hours after concrete placement, promptly 4 apply membrane curing compound to the edge of the concrete pavement. 5 E. Placing Reinforcing Steel, Tie, and Dowel Bars 6 1. General 7 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 8 as shown on the Drawings. 9 b. All reinforcing steel shall be clean, free from rust in the form of loose or 10 objectionable scale, and of the type, size and dimensions shown on the 11 Drawings. 12 c. Reinforcing bars shall be securely wired together at the alternate intersections 13 and all splices and shall be securely wired at each intersection dowel and load-14 transmission unit intersected. 15 d. All bars shall be installed in their required position as shown on the Drawings. 16 e. The storing of reinforcing or structural steel on completed roadway slabs 17 generally shall be avoided and, where permitted, such storage shall be limited 18 to quantities and distribution that shall not induce excessive stresses. 19 2. Splices 20 a. Provide standard reinforcement splices by lapping and tying ends. 21 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 22 the Drawings. 23 3. Installation of Reinforcing Steel 24 a. All reinforcing bars and bar mats shall be installed in the slab at the required 25 depth below the finished surface and supported by and securely attached to bar 26 chairs installed on prescribed longitudinal and transverse centers as shown by 27 sectional and detailed drawings on the Drawings. 28 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 29 on the Drawings and shall be approved by the City prior to extensive 30 fabrication. 31 c. After the reinforcing steel is securely installed above the subgrade as specified 32 in Drawings and as herein prescribed, no loading shall be imposed upon the 33 bar mats or individual bars before or during the placing or finishing of the 34 concrete. 35 4. Installation of Dowel Bars 36 a. Install through the predrilled joint filler and rigidly support in true horizontal 37 and vertical positions by an assembly of bar chairs and dowel baskets. 38 b. Dowel Baskets 39 1) The dowels shall be held in position exactly parallel to surface and 40 centerline of the slab, by a dowel basket that is left in the pavement. 41 2) The dowel basket shall hold each dowel in exactly the correct position so 42 firmly that the dowel’s position cannot be altered by concreting operations. 43 c. Dowel Caps 44 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 45 direction. 46 5. Tie Bar and Dowel Placement 47 a. Place at mid-depth of the pavement slab, parallel to the surface. 48 32 13 13 - 13 CONCRETE PAVING Page 13 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. Place as shown on the Drawings. 1 6. Epoxy for Tie and Dowel Bar Installation 2 1) Epoxy bars as shown on the Drawings. 3 2) Use only drilling operations that do not damage the surrounding operations. 4 3) Blow out drilled holes with compressed air. 5 4) Completely fill the drilled hole with approved epoxy before inserting the tie 6 bar into the hole. 7 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 8 F. Joints 9 1. Joints shall be placed where shown on the Drawings or where directed by the City. 10 2. The plane of all joints shall make a right angle with the surface of the pavement. 11 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 12 4. Joint Dimensions 13 a. The width of the joint shall be shown on the Drawings, creating the joint 14 sealant reservoir. 15 b. The depth of the joint shall be shown on the Drawings. 16 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer’s 17 recommendations. 18 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 19 surface at the center of the joint. 20 5. Transverse Expansion Joints 21 a. Expansion joints shall be installed perpendicularly to the surface and to the 22 centerline of the pavement at the locations shown on the Drawings, or as 23 approved by the City. 24 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 25 approved by the City. 26 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 27 approved by the City, and shall be installed at the specified spacing. 28 d. Support dowel bars with dowel baskets. 29 e. Dowels shall restrict the free opening and closing of the expansion join and 30 shall not make planes of weaknesses in the pavement. 31 f. Greased Dowels for Expansion Joints. 32 1) Coat dowels with a thin film of grease or other approved de-bonding 33 material. 34 2) Provide dowel caps on the lubricated end of each dowel bar. 35 g. Proximity to Existing Structures. When the pavement is adjacent to or around 36 existing structures, expansions joints shall be constructed in accordance with 37 the details shown on the Drawings. 38 6. Transverse Contraction Joints 39 a. Contraction or dummy joints shall be installed at the locations and at the 40 intervals shown on the Drawings. 41 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 42 approved by the City. 43 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 44 approved by the City, and shall be installed at the specified spacing. 45 d. Joints shall be sawed into the completed pavement surface as soon after initial 46 concrete set as possible so that some raveling of the concrete is observed in 47 order for the sawing process to prevent uncontrolled shrinkage cracking. 48 32 13 13 - 14 CONCRETE PAVING Page 14 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 2 pavement thickness, or deeper if so indicated on the Drawings. 3 f. Complete sawing as soon as possible in hot weather conditions and within a 4 maximum of 24 hours after saw cutting begins under cool weather conditions. 5 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 6 the point where some raveling is observed. 7 h. Damage by blade action to the slab surface and to the concrete immediately 8 adjacent to the joint shall be minimized. 9 i. Any portion of the curing membrane which has been disturbed by sawing 10 operations shall be restored by spraying the areas with additional curing 11 compound. 12 7. Transverse Construction Joints 13 a. Construction joints formed at the close of each day’s work or when the placing 14 of concrete has been stopped for 30-minutes or longer shall be constructed by 15 use of metal or wooden bulkheads cut true to the section of the finished 16 pavement and cleaned. 17 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 18 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 19 surface and at right angles to the centerline of the pavement. 20 d. Edges shall be rounded to 1/4 inch radius. 21 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 22 the work. 23 8. Longitudinal Construction Joints 24 a. Longitudinal construction joints shall be of the type shown on the Drawings. 25 9. Joint Filler 26 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 27 Drawings. 28 b. Redwood Board joints shall be used for all pavement joints except for 29 expansion joints that are coincident with a butt joint against existing 30 pavements. 31 c. Boards with less than 25-percent of moisture at the time of installation shall be 32 thoroughly wetted on the job. 33 d. Green lumber of much higher moisture content is desirable and acceptable. 34 e. The joint filler shall be appropriately drilled to admit the dowel bars when 35 required. 36 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 37 slab. The top edge shall be held approximately 1/2 inch below the finished 38 surface of the pavement in order to allow the finishing operations to be 39 continuous. 40 g. The joint filler may be composed of more than one length of board in the 41 length of joint, but no board of a length less than 6 foot may be used unless 42 otherwise shown on the Drawings. 43 h. After the removal of the side forms, the ends of the joints at the edges of the 44 slab shall be carefully opened for the entire depth of the slab. 45 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 46 and as specified in Section 32 13 73. Materials shall generally be handled and 47 applied according to the manufacturer’s recommendations as specified in Section 48 32 13 73. 49 32 13 13 - 15 CONCRETE PAVING Page 15 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 G. Placing Concrete 1 1. Unless otherwise specified in the Drawings, the finished pavement shall be 2 constructed monolithically and constructed by machined laid method unless 3 impractical. 4 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 5 shall be distributed to the required depth and for the entire width of the pavement 6 by shoveling or other approved methods. 7 3. Any concrete not placed as herein prescribed within the time limits in the following 8 table will be rejected. Time begins when the water is added to the mixer. 9 Temperature – Time Requirements 10 Concrete Temperature (at point of placement) Max Time – minutes (no retarding agent) Max Time – minutes (with retarding agent)1 Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by City 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 11 12 4. Rakes shall not be used in handling concrete. 13 5. At the end of the day, or in case of unavoidable interruption or delay of more than 14 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 15 placed in accordance with 3.4.F.7 of this Section. 16 6. Honeycombing 17 a. Special care shall be taken in placing and spading the concrete against the 18 forms and at all joints and assemblies so as to prevent honeycombing. 19 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 20 the removal of the side forms, may be cause for rejection of the section of slab 21 in which the defect occurs. 22 H. Finishing 23 1. Machine 24 a. Tolerance Limits 25 1) While the concrete is still workable, it shall be tested for irregularities with 26 a 10 foot straightedge placed parallel to the centerline of the pavement so as 27 to bridge depressions and to touch all high spots. 28 2) Ordinates measured from the face of the straightedge to the surface of the 29 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 30 of contact. 31 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 32 than 1/8 inch. 33 32 13 13 - 16 CONCRETE PAVING Page 16 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 4) Any surface not within the tolerance limits shall be reworked and 1 refinished. 2 b. Edging 3 1) The edges of slabs and all joints requiring edging shall be carefully tooled 4 with an edger of the radius required by the Drawings at the time the 5 concrete begins to take its “set” and becomes non-workable. 6 2) All such work shall be left smooth and true to lines. 7 2. Hand 8 a. Hand finishing permitted only in intersections and areas inaccessible to a 9 finishing machine. 10 b. When the hand method of striking off and consolidating is permitted, the 11 concrete, as soon as placed, shall be approximately leveled and then struck off 12 with screed bar to such elevation above grade that, when consolidated and 13 finished, the surface of the pavement shall be at the grade elevation shown on 14 the Drawings. 15 c. A slight excess of material shall be kept in front of the cutting edge at all times. 16 d. The straightedge and joint finishing shall be as prescribed herein. 17 I. Curing 18 1. The curing of concrete pavement shall be thorough and continuous throughout the 19 entire curing period. 20 2. Failure to provide proper curing as herein prescribed shall be considered as 21 sufficient cause for immediate suspension of the paving operations. 22 3. The curing method as herein specified does not preclude the use of any of the other 23 commonly used methods of curing, and the City may approve another method of 24 curing if so requested by the Contractor. 25 4. If any selected method of curing does not afford the desired results, the City shall 26 have the right to order that another method of curing be instituted. 27 5. After removal of the side forms, the sides of the slab shall receive a like coating 28 before earth is banked against them. 29 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 30 as to cover the entire surfaces thoroughly and completely with a uniform film. 31 7. The rate of application shall be such as to ensure complete coverage and shall not 32 exceed 20-square-yards-per-gallon of curing compound. 33 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 34 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 35 curing period. 36 9. If for any reason the seal is broken during the curing period, it shall be immediately 37 repaired with additional sealing solution. 38 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 39 Materials, the curing compound shall provide a film which shall have retained 40 within the test specimen a percentage of the moisture present in the specimen when 41 the curing compound was applied according to the following. 42 11. Contractor shall maintain and properly repair damage to curing materials on 43 exposed surfaces of concrete pavement continuously for a least 72 hours. 44 J. Monolithic Curbs 45 32 13 13 - 17 CONCRETE PAVING Page 17 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 1 back from the paving mixer, shall be placed within 20-minutes after being mixed. 2 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 3 shall be thoroughly worked with a wooden flat. 4 3. The exposed edges shall be rounded by the use of an edging tool to the radius 5 indicated on the Drawings. 6 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 7 K. Alley Paving 8 1. Alley paving shall be constructed in accordance with the specifications for concrete 9 paving hereinbefore described, in accordance with the details shown on the 10 Drawings, and with the following additional provisions: 11 a. Alley paving shall be constructed to the typical cross sections shown on the 12 Drawings. 13 b. Transverse expansion joints of the type shown on the Drawings shall be 14 constructed at the property line on each end of the alley with a maximum 15 spacing of 600 feet. 16 c. Transverse contraction and dummy joints shall be placed at the spacing shown 17 on the Drawings. 18 d. Contraction and dummy joints shall be formed in such a manner that the 19 required joints shall be produced to the satisfaction of the City. 20 e. All joints shall be constructed in accordance with this specification and filled 21 in accordance with the requirement of Section 32 13 73. 22 L. Pavement Leaveouts 23 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 24 provided at location indicated on the Drawings or as directed by the City. 25 2. The extent and location of each leaveout required and a suitable crossover 26 connection to provide for traffic movements shall be determined in the field by the 27 City. 28 3.5 REPAIR 29 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 30 specified in Section 32 01 29. 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 SITE QUALITY CONTROL 33 A. Concrete Placement 34 1. Place concrete using a fully automated paving machine. Hand paving only 35 permitted in areas such as intersections where use of paving machine is not 36 practical 37 a. All concrete pavement not placed by hand shall be placed using a fully 38 automated paving machine as approved by the City. 39 b. Screeds will not be allowed except if approved by the City. 40 B. Testing of Materials 41 1. Samples of all materials for test shall be made at the expense of the City, unless 42 otherwise specified in the special provisions or in the Drawings. 43 32 13 13 - 18 CONCRETE PAVING Page 18 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. In the event the initial sampling and testing does not comply with the specifications, 1 all subsequent testing of the material in order to determine if the material is 2 acceptable shall be at the Contractor’s expense at the same rate charged by the 3 commercial laboratories. 4 3. All testing shall be in accordance with applicable ASTM Standards and concrete 5 testing technician must be ACI certified or equivalent. 6 C. Pavement Thickness Test 7 1. Upon completion of the work and before final acceptance and final payment shall 8 be made, pavement thickness test shall be made by the City. 9 2. The number of tests and location shall be at the discretion of the City, unless 10 otherwise specified in the special provisions or on the Drawings. 11 3. The cost for the initial pavement thickness test shall be the expense of the City. 12 4. In the event a deficiency in the thickness of pavement is revealed during normal 13 testing operations, subsequent tests necessary to isolate the deficiency shall be at 14 the Contractor’s expense. 15 5. The cost for additional coring test shall be at the same rate charged by commercial 16 laboratories. 17 6. Where the average thickness of pavement in the area found to be deficient in 18 thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be 19 made at an adjusted price as specified in the following table. 20 21 Deficiency in Thickness Determined by Cores Proportional Part Of Contract Price Inches Allowed 0.00 – 0.20 100 percent 0.21 – 0.30 80 percent 0.31 – 0.40 70 percent 0.41 – 0.50 60 percent 22 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 23 more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever 24 is greater, shall be evaluated by the City. 25 8. If, in the judgment of the City the area of such deficiency should not be removed 26 and replaced, there shall be no payment for the area retained. 27 9. If, in the judgment of the City, the area of such deficiency warrants removal, the 28 area shall be removed and replaced, at the Contractor’s entire expense, with 29 concrete of the thickness shown on the Drawings. 30 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 31 than 1/10 of the plan thickness, whichever is greater, shall be removed and 32 replaced, at the Contractor’s entire expense, with concrete of the thickness shown 33 on the Drawings. 34 11. No additional payment over the contract unit price shall be made for any pavement 35 of a thickness exceeding that required by the Drawings. 36 D. Pavement Strength Test 37 32 13 13 - 19 CONCRETE PAVING Page 19 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. During the progress of the work the City shall provide trained technicians to cast 1 test cylinders for conforming to ASTM C31, to maintain a check on the 2 compressive strengths of the concrete being placed. 3 2. After the cylinders have been cast, they shall remain on the job site and then 4 transported, moist cured, and tested by the City in accordance with ASTM C31 and 5 ASTM C39. 6 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 7 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 8 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 9 and expense, core the pavement in question and have the cores tested by an 10 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 11 the average of all cores must meet 100 percent of the minimum specified strength, 12 with no individual core resulting in less than 90 percent of design strength, to 13 override the results of the cylinder tests. 14 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 15 meet minimum specified strength, additional cores shall be taken to identify the 16 limits of deficient concrete pavement at the expense of the Contractor. 17 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 18 meeting the minimum specified strength shall be subject to the money penalties or 19 removal and placement at the Contractor’s expense as show in the following table. 20 21 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90-percent Greater Than 10 percent - Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 22 7. The amount of penalty shall be deducted from payment due to Contractor; such as 23 penalty deducted is to defray the cost of extra maintenance. 24 8. The strength requirements for structures and other concrete work are not altered by 25 the special provision. 26 9. No additional payment over the contract unit price shall be made for any pavement 27 of strength exceeding that required by the Drawings and/or specifications. 28 E. Cracked Concrete Acceptance Policy 29 1. If cracks exist in concrete pavement upon completion of the project, the Project 30 Inspector shall make a determination as to the need for action to address the 31 cracking as to its cause and recommended remedial work. 32 2. If the recommended remedial work is routing and sealing of the cracks to protect 33 the subgrade, the Inspector shall make the determination as to whether to rout and 34 seal the cracks at the time of final inspection and acceptance or at any time prior to 35 the end of the project maintenance period. The Contractor shall perform the routing 36 and sealing work as directed by the Project Inspector, at no cost to the City, 37 regardless of the cause of the cracking. 38 32 13 13 - 20 CONCRETE PAVING Page 20 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. If remedial work beyond routing and sealing is determined to be necessary, the 1 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 2 agreement is reached that the cracking is due to deficient materials or workmanship, 3 the Contractor shall perform the remedial work at no cost to the City. Remedial 4 work in this case shall be limited to removing and replacing the deficient work with 5 new material and workmanship that meets the requirements of the contract. 6 4. If remedial work beyond routing and sealing is determined to be necessary, and the 7 Inspector and the Contractor agree that the cause of the cracking is not deficient 8 materials or workmanship, the City may request the Contractor to provide an 9 estimate of the cost of the necessary remedial work and/or additional work to 10 address the cause of the cracking, and the Contractor will perform that work at the 11 agreed-upon price if the City elects to do so. 12 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 13 the cause of the cracking, the City may hire an independent geotechnical engineer 14 to perform testing and analysis to determine the cause of the cracking. The 15 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 16 with the City. The Contractor and the City shall use the services of a geotechnical 17 firm acceptable to both parties. 18 6. If the geotechnical engineer determines that the primary cause of the cracking is the 19 Contractor’s deficient material or workmanship, the remedial work will be 20 performed at the Contractor’s entire expense and the Contractor will also reimburse 21 the City for the balance of the cost of the geotechnical investigation over and above 22 the amount that has previously been escrowed. Remedial work in this case shall be 23 limited to removing and replacing the deficient work with new material and 24 workmanship that meets the requirements of the contract. 25 7. If the geotechnical engineer determines that the primary cause of the cracking is not 26 the Contractor’s deficient material or workmanship, the City will return the 27 escrowed funds to the Contractor. The Contractor, on request, will provide the City 28 an estimate of the costs of the necessary remedial work and/or additional work and 29 will perform the work at the agreed-upon price as directed by the City. 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] 37 38 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A – Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.D – Modified to clarify acceptable fly ash substitution in concrete paving 3 32 13 20 - 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5, 2018 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 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) 32 a. Measurement 33 1) Measurement for this Item shall be by the linear foot of completed and 34 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb 35 height at back of walk in its final position. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” will be paid for at the unit 39 price bid per linear foot of Concrete Curb at the Back of Sidewalk. 40 c. The price bid shall include: 41 1) Excavating and preparing the subgrade 42 32 13 20 - 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5, 2018 2) Furnishing and placing all materials, including concrete and reinforcing 1 steel 2 3) Excavation in back of “retaining” curb 3 4) Furnishing, placing, and compacting backfill 4 3. Concrete Driveway 5 a. Measurement 6 1) Measurement for this Item shall be by the square foot of completed and 7 accepted Concrete Driveway in its final position for various: 8 a) Thicknesses 9 b) Types 10 2) Dimensions will be taken from the back of the projected curb, including the 11 area of the curb radii and will extend to the limits specified in the Drawings. 12 3) Sidewalk portion of drive will be included in driveway measurement. 13 4) Curb on drive will be included in the driveway measurement. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under “Measurement” will be paid for at the unit 17 price bid per square foot of Concrete Driveway. 18 c. The price bid shall include: 19 1) Excavating and preparing the subgrade 20 2) Furnishing and placing all materials 21 4. Barrier Free Ramps 22 a. Measurement 23 1) Measurement for this Item shall be per each Barrier Free Ramp completed 24 and accepted for various: 25 a) Types 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under “Measurement” will be paid for at the unit 29 price bid per each “Barrier Free Ramp” installed. 30 c. The price bid shall include: 31 1) Excavating and preparing the subgrade 32 2) Furnishing and placing all materials 33 3) Curb Ramp 34 4) Landing and detectable warning surface as shown on the Drawings 35 5) Adjacent flares or side curb 36 1.3 REFERENCES 37 A. Abbreviations and Acronyms 38 1. TAS – Texas Accessibility Standards 39 2. TDLR – Texas Department of Licensing and Regulation 40 B. Reference Standards 41 1. Reference standards cited in this Specification refer to the current reference 42 standard published at the time of the latest revision date logged at the end of this 43 Specification, unless a date is specifically cited. 44 2. American Society for Testing and Materials (ASTM) 45 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 46 Construction (Non-extruding and Resilient Types) 47 32 13 20 - 3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5, 2018 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 1 Standard Effort (12,400 ft-lbf/ft3) 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Mix Design: submit for approval. Section 32 13 13. 6 B. Product Data: submit product data and sample for pre-cast detectable warning for 7 barrier free ramp. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD CONDITIONS 13 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 17 2.2 EQUIPMENT AND MATERIALS 18 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 19 the finished work. 20 B. Concrete: see Section 32 13 13. 21 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 22 class for concrete sidewalks, driveways and barrier free ramps is shown in the 23 following table: 24 Standard Classes of Pavement Concrete 25 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. 26 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 27 bars at 18 inches on-center-both-ways at the center plane of all slabs, unless 28 otherwise shown on the Drawings or detailed specifications. 29 D. Joint Filler 30 1. Wood Filler: see Section 32 13 13. 31 2. Pre-Molded Asphalt Board Filler 32 a. Use only in areas where not practical for wood boards. 33 32 13 20 - 4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5, 2018 b. Pre-molded asphalt board filler: ASTM D545. 1 c. Install the required size and uniform thickness and as specified in Drawings. 2 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 3 mixture of asphalt and vegetable fiber and/or mineral filler. 4 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION 11 A. Surface Preparation 12 1. Excavation: Excavation required for the construction of sidewalks, driveways and 13 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 14 established by the City. 15 2. Fine Grading 16 a. The Contractor shall do all necessary filling, leveling and fine grading required 17 to bring the subgrade to the exact grades specified and compacted to at least 90 18 percent of maximum density as determined by ASTM D698. 19 b. Moisture content shall be within minus 2 to plus 4 of optimum. 20 c. Any over-excavation shall be repaired to the satisfaction of the City. 21 B. Demolition / Removal 22 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 23 3.4 INSTALLATION 24 A. General 25 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 26 2. Sidewalks constructed in driveway approach sections shall have a minimum 27 thickness equal to that of driveway approach or as called for by Drawings and 28 specifications within the limits of the driveway approach. 29 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 30 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 31 The construction of the driveway approach shall include the variable height radius 32 curb in accordance with the Drawings. 33 4. All pedestrian facilities shall comply with provisions of TAS including location, 34 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 35 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 36 separate pay). 37 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 38 position during the depositing of concrete. 39 C. Reinforcement: see Section 32 13 13. 40 D. Concrete Placement: see Section 32 13 13. 41 32 13 20 - 5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5, 2018 E. Finishing 1 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 2 even surface. 3 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 4 3. Provide exposed aggregate finish if specified. 5 4. Edge joints and sides shall with suitable tools. 6 F. Joints 7 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 8 using redwood. 9 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 10 foot intervals for 5 foot wide and greater sidewalk. 11 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 12 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 13 Similar material shall be placed around all obstructions protruding into or through 14 sidewalks or driveways. 15 4. All expansion joints shall be 1/2 inch in thickness. 16 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 17 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 18 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 19 marking tool. 20 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 21 G. Barrier Free Ramp 22 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 23 manufactured by StrongGo Industries or approved equal by the City. 24 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 25 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 26 landing where the pedestrian access route enters the street. 27 3. Locate detectable warning surface so that the edge nearest the curb line is a 28 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 29 curb. 30 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 31 5. Install detectable warning surface according to manufacturer’s instructions. 32 32 13 20 - 6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5, 2018 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. 12 32 13 73 - 1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 32 13 73 1 CONCRETE PAVING JOINT SEALANTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Specification for silicone joint sealing for concrete pavement and curbs. 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 3. Section 32 13 13 - Concrete Paving 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Measurement 15 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 16 and accepted only when specified in the Drawings to be a pay item. 17 2. Payment 18 a. The work performed and materials furnished in accordance with this Item are 19 subsidiary to the various items bid and no other compensation will be allowed, 20 unless specifically specified on Drawings. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2. ASTM International (ASTM): 27 a. D5893, Standard Specification for Cold Applied, Single Component, 28 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 29 Pavements 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 ACTION SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Test and Evaluation Reports 34 1. Prior to installation, furnish certification by an independent testing laboratory that 35 the silicone joint sealant meets the requirements of this Section. 36 32 13 73 - 2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 1 has a minimum 2-year demonstrated, documented successful field performance 2 with concrete pavement silicone joint sealant systems. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD CONDITIONS 8 A. Do not apply joint sealant when the air and pavement temperature is less than 35 9 degrees F 10 B. Concrete surface must be clean, dry and frost free. 11 C. Do not place sealant in an expansion-type joint if surface temperature is below 35 12 degrees F or above 90 degrees F. 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 16 2.2 MATERIALS & EQUIPMENT 17 A. Materials 18 1. Joint Sealant: ASTM D5893. 19 2. Joint Filler, Backer Rod and Breaker Tape 20 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 21 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 22 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 23 the joint sealant from flowing to the bottom of the joint. 24 c. The backer rod and breaker tape shall be compatible with the silicone joint 25 sealant and no bond or reaction shall occur between them. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 32 13 73 - 3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3.4 INSTALLATION 1 A. General 2 1. The silicone sealant shall be cold applied. 3 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 4 prior to sealing joints. 5 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 6 sealant placement in a continuous sequence of operations. 7 4. See Drawings for the various joint details with their respective dimensions. 8 B. Equipment 9 1. Provide all necessary equipment and keep equipment in a satisfactory working 10 condition. 11 2. Equipment shall be inspected by the City prior to the beginning of the work. 12 3. The minimum requirements for construction equipment shall be as follows: 13 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 14 complete the joint sawing to the required dimensions. 15 b. Air Compressors. The delivered compressed air shall have a pressure in excess 16 of 90 psi and shall be suitable for the removal of all free water and oil from the 17 compressed air. 18 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 19 of sealant to the joint. 20 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 21 the joint. 22 e. Sandblaster. The design shall be for commercial use with air compressors as 23 specified in this Section. 24 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 25 free of contamination. They shall be compatible with the joint depth and width 26 requirements. 27 C. Sawing Joints: see Section 32 13 13. 28 D. Cleaning joints 29 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 30 2. Use compressed air to remove the resulting dust from the joint. 31 3. Sandblast joints after complete drying. 32 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 33 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 34 face of the joint. 35 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 36 c. When sandblasting is complete, blow-out using compressed air. 37 d. The blow tube shall fit into the joints. 38 4. Check the blown joint for residual dust or other contamination. 39 a. If any dust or contamination is found, repeat sandblasting and blowing until the 40 joint is cleaned. 41 b. Do not use solvents to remove stains and contamination. 42 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 43 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 44 the joint sealant. 45 32 13 73 - 4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 7. Do not leave open, cleaned joints unsealed overnight. 1 E. Joint Sealant 2 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the 3 mechanical injection tool. 4 2. Do not seal joints unless they are clean and dry. 5 3. Remove and discard excess sealant left on the pavement surface. 6 a. Do not excess use to seal the joints. 7 4. The pavement surface shall present a clean final condition as determined by City. 8 5. Do not allow traffic on the fresh sealant until it becomes tack-free. 9 F. Approval of Joints 10 1. The City may request a representative of the sealant manufacturer to be present at 11 the job site at the beginning of the final cleaning and sealing of joints. 12 a. The representative shall demonstrate to the Contractor and the City the 13 acceptable method for sealant installation. 14 b. The representative shall approve the clean, dry joints before the sealing 15 operation commences. 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 32 16 13 - 1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 05, 2016 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 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Concrete Curb and Gutter 19 a. Measurement 20 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 21 Gutter. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under “Measurement” will be paid for at the unit 25 price bid per linear foot of Concrete Curb and Gutter complete and in place 26 by curb height. 27 c. The price bid shall include: 28 1) Preparing the subgrade 29 2) Furnishing and placing all materials, including foundation course, 30 reinforcing steel, and expansion material 31 2. Concrete Valley Gutter 32 a. Measurement 33 1) Measurement for this Item shall be by the square yard of Concrete Valley 34 Gutter. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under “Measurement” will be paid for at the unit 38 price bid per square yard of Concrete Valley Gutter complete and in place 39 for: 40 a) Various street types 41 32 16 13 - 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 05, 2016 c. The price bid shall include: 1 1) Preparing the subgrade 2 2) Furnishing and placing all materials, including foundation course, 3 reinforcing steel, and expansion material 4 1.3 REFERENCES [NOT USED] 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 ACTION SUBMITTALS [NOT USED] 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD CONDITIONS 13 A. Weather Conditions: See Section 32 13 13. 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 17 2.2 EQUIPMENT AND MATERIALS 18 A. Forms: See Section 32 13 13. 19 B. Concrete: 20 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 21 class for concrete curb, gutter, and curb & gutter is shown in the following table: 22 23 Standard Classes of Pavement Concrete 24 Class of Concrete Minimum Cementitious, Lb./CY 28 Day Min. Compressive Strength psi Maximum Water/ Cementitious Ratio Course Aggregate Maximum Size, inch A 470 3000 0.58 1-1/2 25 C. Reinforcement: See Section 32 13 13. 26 D. Joint Filler 27 1. Wood Filler: see Section 32 13 13. 28 2. Pre-Molded Asphalt Board Filler 29 a. Use only in areas where not practical for wood boards 30 32 16 13 - 3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 05, 2016 b. Pre-molded asphalt board filler: ASTM D545 1 c. Install the required size and uniform thickness and as specified in the Drawings. 2 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 3 mixture of asphalt and vegetable fiber and/or mineral filler. 4 E. Expansion Joint Sealant: See Section 32 13 73. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION 11 A. Demolition / Removal: See Section 02 41 13. 12 3.4 INSTALLATION 13 A. Forms 14 1. Extend forms the full depth of concrete. 15 2. Wood forms: minimum of 1-1/2 inches in thickness 16 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 17 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 18 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 19 rejected. 20 B. Reinforcing Steel 21 1. Place all necessary reinforcement for City approval prior to depositing concrete. 22 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 23 foreign substances. 24 3. Remove foreign substances from steel before placing. 25 4. Wire all bars at their intersections and at all laps or splices. 26 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 27 greater. 28 C. Concrete Placement 29 1. Deposit concrete to maintain a horizontal surface. 30 2. Work concrete into all spaces and around any reinforcement to form a dense mass 31 free from voids. 32 3. Work coarse aggregate away from contact with the forms 33 4. Hand-Laid Concrete – Curb and gutter 34 a. Shape and compact subgrade to the lines, grades and cross section shown on the 35 Drawings. 36 b. Lightly sprinkle subgrade material immediately before concrete placement. 37 c. Deposit concrete into forms. 38 32 16 13 - 4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 05, 2016 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 1 finished curb, unless otherwise approved. 2 5. Machine-Laid Concrete – Curb and Gutter 3 a. Hand-tamp and sprinkle subgrade material before concrete placement. 4 b. Provide clean surfaces for concrete placement. 5 c. Place the concrete with approved self-propelled equipment. 6 1) The forming tube of the extrusion machine or the form of the slipform 7 machine must easily be adjustable vertically during the forward motion of 8 the machine to provide variable heights necessary to conform to the 9 established gradeline. 10 d. Attach a pointer or gauge to the machine so that a continual comparison can be 11 made between the extruded or slipform work and the grade guideline. 12 e. Brush finish surfaces immediately after extrusion or slipforming. 13 6. Hand-Laid Concrete – Concrete Valley Gutter: See Section 32 13 13. 14 7. Expansion joints 15 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 16 intersection returns and other rigid structures. 17 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 18 pavement joints to a depth of 1-1/2 inches. 19 c. Place expansion joints at all intersections with concrete driveways, curbs, 20 buildings and other curb and gutters. 21 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 22 depth of the concrete. 23 e. Make expansion joints perpendicular and at right angles to the face of the curb. 24 f. Neatly trim any expansion material extending above the finished to the surface 25 of the finished work. 26 g. Make expansion joints in the curb and gutter coincide with the concrete 27 expansion joints. 28 h. Longitudinal dowels across the expansion joints in the curb and gutter are 29 required. 30 i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each 31 expansion joint. 32 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 33 provides a minimum of 1 inch free expansion. 34 k. Support dowels by an approved method. 35 D. Curing: see Section 32 13 13. 36 3.5 REPAIR/RESTORATION [NOT USED] 37 3.6 RE-INSTALLATION [NOT USED] 38 3.7 FIELD QUALITY CONTROL 39 A. Inspections 40 1. Steel reinforcement placement 41 2. Headed bolts and studs 42 3. Verification of use of required design mixture 43 4. Concrete placement, including conveying and depositing 44 5. Curing procedures and maintenance of curing temperature 45 32 16 13 - 5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 05, 2016 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 yard, but less than 150 cubic yard, plus 1 set for 4 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 40 by 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 47 32 16 13 - 6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 05, 2016 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 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 10 32 17 23 - 1 PAVEMENT MARKINGS Page 1 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 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 2. Raised markers 11 3. Work zone markings 12 4. Removal of pavement markings and markers 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Pavement Markings 21 a. Measurement 22 1) Measurement for this Item shall be per linear foot of material placed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under “Measurement” shall be paid for at the 26 unit price bid per linear foot of “Pvmt Marking” installed for: 27 a) Various Widths 28 b) Various Types 29 c) Various Materials 30 d) Various Colors 31 c. The price bid shall include: 32 1) Installation of Pavement Marking 33 2) Glass beads, when required 34 3) Surface preparation 35 4) Clean-up 36 5) Testing (when required) 37 2. Legends 38 a. Measurement 39 1) Measurement for this Item shall be per each Legend installed. 40 b. Payment 41 32 17 23 - 2 PAVEMENT MARKINGS Page 2 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 1) The work performed and materials furnished in accordance with this Item 1 shall be paid for at the unit price bid per each “Legend” installed for: 2 a) Various types 3 b) Various applications 4 c. The price bid shall include: 5 1) Installation of Pavement Marking 6 2) Glass beads, when required 7 3) Surface preparation 8 4) Clean-up 9 5) Testing 10 3. Raised Markers 11 a. Measurement 12 1) Measurement for this Item shall be per each Raised Marker installed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 shall be paid for at the unit price bid per each “Raised Marker” installed 16 for: 17 a) Various types 18 c. The price bid shall include: 19 1) Installation of Raised Markers 20 2) Surface preparation 21 3) Clean-up 22 4) Testing 23 4. Work Zone Tab Markers 24 a. Measurement 25 1) Measurement for this Item shall be per each Tab Marker installed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 shall be paid for at the unit price bid per each “Tab Marker” installed for: 29 a) Various types 30 c. The price bid shall include: 31 1) Installation of Tab Work Zone Markers 32 5. Fire Lane Markings 33 a. Measurement 34 1) Measurement for this Item shall be per the linear foot. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under “Measurement” shall be paid for at the 38 unit price bid per linear foot of “Fire Lane Marking” installed. 39 c. The price bid shall include: 40 1) Surface preparation 41 2) Clean-up 42 3) Testing 43 6. Pavement Marking Removal 44 a. Measurement 45 1) Measure for this Item shall be per linear foot. 46 b. Payment 47 32 17 23 - 3 PAVEMENT MARKINGS Page 3 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 1) The work performed and materials furnished in accordance with this Item 1 and measured as provided under “Measurement” shall be paid for at the 2 unit price bid per linear foot of “Remove Pvmt Marking” performed for: 3 a) Various widths 4 c. The price bid shall include: 5 1) Removal of Pavement Markings 6 2) Clean-up 7 7. Raised Marker Removal 8 a. Measurement 9 1) Measurement for this Item shall be per each Pavement Marker removed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 shall be paid for at the unit price bid per each “Remove Raised Marker” 13 performed. 14 c. The price bid shall include: 15 1) Removal of each Marker 16 2) Disposal of removed materials 17 3) Clean-up 18 8. Legend Removal 19 a. Measurement 20 1) Measure for this Item shall be per each Legend removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under “Measurement” shall be paid for at the 24 unit price bid per linear foot of “Remove Legend” performed for: 25 a) Various types 26 b) Various applications 27 c. The price bid shall include: 28 1) Removal of Pavement Markings 29 2) Clean-up 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 36 a. Part 3, Markings 37 3. American Association of State Highway and Transportation Officials (AASHTO) 38 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 39 4. Federal Highway Administration (FHWA) 40 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 41 5. Texas Department of Transportation (TxDOT) 42 a. DMS-4200, Pavement Markers (Reflectorized) 43 b. DMS-4300, Traffic Buttons 44 c. DMS-8220, Hot Applied Thermoplastic 45 d. DMS-8240, Permanent Prefabricated Pavement Markings 46 e. DMS-8241, Removable Prefabricated Pavement Markings 47 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 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 and Handling Requirements 12 1. The Contractor shall secure and maintain a location to store the material in 13 accordance with Section 01 50 00. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-SUPPLIED PRODUCTS 18 A. New Products 19 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 20 2.2 MATERIALS 21 A. Manufacturers 22 1. Only the manufacturers as listed in the City’s Standard Products List will be 23 considered as shown in Section 01 60 00. 24 a. The manufacturer must comply with this Specification and related Sections. 25 2. Any product that is not listed on the Standard Products List is considered a 26 substitution and shall be submitted in accordance with Section 01 25 00. 27 B. Materials 28 1. Pavement Markings 29 a. Thermoplastic, hot applied, spray 30 1) Refer to Drawings and City Standard Detail Drawings for width of 31 longitudinal lines. 32 2) Product shall be especially compounded for traffic markings. 33 3) When placed on the roadway, the markings shall not be slippery when wet, 34 lift from pavement under normal weather conditions nor exhibit a tacky 35 exposed surface. 36 32 17 23 - 5 PAVEMENT MARKINGS Page 5 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 4) Cold ductility of the material shall permit normal road surface expansion 1 and contraction without chipping or cracking. 2 5) The markings shall retain their original color, dimensions and placement 3 under normal traffic conditions at road surface temperatures of 158 degrees 4 Fahrenheit and below. 5 6) Markings shall have uniform cross-section, clean edges, square ends and no 6 evidence of tracking. 7 7) The density and quality of the material shall be uniform throughout the 8 markings. 9 8) The thickness shall be uniform throughout the length and width of the 10 markings. 11 9) The markings shall be 95 percent free of holes and voids, and free of 12 blisters for a minimum of 60 days after application. 13 10) The material shall not deteriorate by contact with sodium chloride, calcium 14 chloride or other chemicals used to prevent roadway ice or because of the 15 oil content of pavement markings or from oil droppings or other effects of 16 traffic. 17 11) The material shall not prohibit adhesion of other thermoplastic markings if, 18 at some future time, new markings are placed over existing material. 19 a) New material shall bond itself to the old line in such a manner that no 20 splitting or separation takes place. 21 12) The markings placed on the roadway shall be completely retroreflective 22 both internally and externally with traffic beads and shall exhibit uniform 23 retro-directive reflectance. 24 13) Traffic beads 25 a) Manufactured from glass 26 b) Spherical in shape 27 c) Essentially free of sharp angular particles 28 d) Essentially free of particles showing cloudiness, surface scoring or 29 surface scratching 30 e) Water white in color 31 f) Applied at a uniform rate 32 g) Meet or exceed Specifications shown in AASHTO Standard 33 Specification for Glass Beads Used in Pavement Markings, AASHTO 34 Designation: M 247-09. 35 b. Thermoplastic, hot applied, extruded 36 1) Product shall be especially compounded for traffic markings 37 2) When placed on the roadway, the markings shall not be slippery when wet, 38 lift from pavement under normal weather conditions nor exhibit a tacky 39 exposed surface. 40 3) Cold ductility of the material shall permit normal road surface expansion 41 and contraction without chipping or cracking. 42 4) The markings shall retain their original color, dimensions and placement 43 under normal traffic conditions at road surface temperatures of 158 degrees 44 Fahrenheit and below. 45 5) Markings shall have uniform cross-section, clean edges, square ends and no 46 evidence of tracking. 47 6) The density and quality of the material shall be uniform throughout the 48 markings. 49 32 17 23 - 6 PAVEMENT MARKINGS Page 6 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 7) The thickness shall be uniform throughout the length and width of the 1 markings. 2 8) The markings shall be 95 percent free of holes and voids, and free of 3 blisters for a minimum of 60 days after application. 4 9) The minimum thickness of the marking, as measured above the plane 5 formed by the pavement surface, shall not be less than 1/8 inch in the center 6 of the marking and 3/32 inch at a distance of ½ inch from the edge. 7 10) Maximum thickness shall be 3/16 inch. 8 11) The material shall not deteriorate by contact with sodium chloride, calcium 9 chloride or other chemicals used to prevent roadway ice or because of the 10 oil content of pavement markings or from oil droppings or other effects of 11 traffic. 12 12) The material shall not prohibit adhesion of other thermoplastic markings if, 13 at some future time, new markings are placed over existing material. New 14 material shall bond itself to the old line in such a manner that no splitting or 15 separation takes place. 16 13) The markings placed on the roadway shall be completely retroreflective 17 both internally and externally with traffic beads and shall exhibit uniform 18 retro-directive reflectance. 19 14) Traffic beads 20 a) Manufactured from glass 21 b) Spherical in shape 22 c) Essentially free of sharp angular particles 23 d) Essentially free of particles showing cloudiness, surface scoring or 24 surface scratching 25 e) Water white in color 26 f) Applied at a uniform rate 27 g) Meet or exceed Specifications shown in AASHTO Standard 28 Specification for Glass Beads Used in Pavement Markings, AASHTO 29 Designation: M 247-09. 30 c. Preformed Polymer Tape 31 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 32 3M High Performance Tape Series 3801 ES, or approved equal. 33 d. Preformed Heat-Activated Thermoplastic Tape 34 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 35 mil preformed thermoplastic or approved equal. 36 2. Raised Markers 37 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 38 Control Devices. 39 b. Non-reflective markers shall be Type Y (yellow body) and Type W (white 40 body) round ceramic markers and shall meet or exceed the TxDOT 41 Specification DMS-4300. 42 c. The reflective markers shall be plastic, meet or exceed the TxDOT 43 Specification DMS-4200 for high-volume retroreflective raised markers and be 44 available in the following types: 45 1) Type I-C, white body, 1 face reflects white 46 2) Type II-A-A, yellow body, 2 faces reflect amber 47 3) Type II-C-R, white body, 1 face reflects white, the other red 48 49 32 17 23 - 7 PAVEMENT MARKINGS Page 7 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 3. Work Zone Markings 1 a. Tabs 2 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 3 of TxDOT DMS-8242, “Temporary Flexible-Reflective Road Marker 4 Tabs.” 5 2) Removable markings shall not be used to simulate edge lines. 6 3) No segment of roadway open to traffic shall remain without permanent 7 pavement markings for a period greater than 14 calendar days. 8 b. Raised Markers 9 1) All raised pavement markers shall meet the requirements of DMS-4200. 10 c. Striping 11 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS-12 8200. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL 15 A. Performance 16 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 17 the requirements detailed in the table below for a minimum of 30 calendar days. 18 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. 19 (2) Exceptions: 20 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 21 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 22 long as the RRPMs are maintained so that at least 3 are visible from any position along that 23 line during nighttime conditions. 24 B. When continuous roadway lighting assures that the markings are visible, minimum 25 pavement marking retroreflectivity levels are not applicable. 26 PART 3 - EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Pavement Conditions 30 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 31 markings and other forms of contamination. 32 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 33 curing membrane. 34 3. Pavement to which material is to be applied shall be completely dry. 35 32 17 23 - 8 PAVEMENT MARKINGS Page 8 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 1 minutes, no condensation develops on the underside of a 1 square foot piece of 2 clear plastic that has been placed on the pavement and weighted on the edges. 3 5. Equipment and methods used for surface preparation shall not damage the 4 pavement or present a hazard to motorists or pedestrians. 5 3.3 INSTALLATION 6 A. General 7 1. The materials shall be applied according to the manufacturer’s recommendations. 8 2. Markings and markers shall be applied within temperature limits recommended by 9 the material manufacturer, and shall be applied on clean, dry pavement having a 10 surface temperature above 50 degrees Fahrenheit. 11 3. Markings that are not properly applied due to faulty application methods or being 12 placed in the wrong position or alignment shall be removed and replaced by the 13 Contractor at the Contractor’s expense. If the mistake is such that it would be 14 confusing or hazardous to motorists, it shall be remedied the same day of 15 notification. Notification will be made by phone and confirmed by fax. Other 16 mistakes shall be remedied within 5 days of written notification. 17 4. When markings are applied on roadways open to traffic, care will be taken to 18 ensure that proper safety precautions are followed, including the use of signs, 19 cones, barricades, flaggers, etc. 20 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 21 6. Temperature of the material must be equal to the temperature of the road surface 22 before allowing traffic to travel on it. 23 B. Pavement Markings 24 1. Thermoplastic, hot applied, spray 25 a. This method shall be used to install and replace long lines – centerlines, lane 26 lines, edge lines, turn lanes, and dots. 27 b. Markings shall be applied at a 110 mil thickness. 28 c. Markings shall be applied at a 90 mil thickness when placed over existing 29 markings. 30 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 31 e. Typical setting time shall be between 4 minutes and 10 minutes depending 32 upon the roadway surface temperature and the humidity factor. 33 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 34 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 35 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 36 subparagraph 2.4.A.1 of this Specification. 37 2. Thermoplastic, hot applied, extruded 38 a. This method shall be used to install and replace crosswalks and stop-lines. 39 b. Markings shall be applied at a 125 mil thickness. 40 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 41 this Specification. 42 3. Preformed Polymer Tape 43 a. This method shall be used to install and replace crosswalks, stop-lines, and 44 legends. 45 32 17 23 - 9 PAVEMENT MARKINGS Page 9 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 b. The applied marking shall adhere to the pavement surface with no slippage or 1 lifting and have square ends, straight lines and clean edges. 2 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 3 this Specification. 4 4. Preformed Heat-Activated Thermoplastic Tape 5 a. This method shall be used to install and replace crosswalks, stop-lines, and 6 legends. 7 b. The applied marking shall adhere to the pavement surface with no slippage or 8 lifting and have square ends, straight lines and clean edges. 9 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 10 this Specification. 11 C. Raised Markers 12 1. All permanent raised pavement markers on Portland Cement roadways shall be 13 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 14 2. All permanent raised pavement markers on new asphalt roadways may be installed 15 with epoxy or bituminous adhesive. 16 3. A chalk line, chain or equivalent shall be used during layout to ensure that 17 individual markers are properly aligned. All markers shall be placed uniformly 18 along the line to achieve a smooth continuous appearance. 19 D. Work Zone Markings 20 1. Work shall be performed with as little disruption to traffic as possible. 21 2. Install longitudinal markings on pavement surfaces before opening to traffic. 22 3. Maintain lane alignment traffic control devices and operations until markings are 23 installed. 24 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 25 shown on the Drawings. 26 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 27 of a surface treatment, unless otherwise shown on the Drawings. 28 6. Place markings in proper alignment with the location of the final pavement 29 markings. 30 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 31 transverse lines. 32 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 33 from a distance of at least 160 feet in nighttime conditions, illuminated by low-34 beam automobile headlight. 35 9. The daytime and nighttime reflected color of the markings must be distinctly white 36 or yellow. 37 10. The markings must exhibit uniform retroreflective characteristics. 38 11. Epoxy adhesives shall not be used to work zone markings. 39 3.4 REMOVALS 40 1. Pavement Marking and Marker Removal 41 a. The industry’s best practice shall be used to remove existing pavement 42 markings and markers. 43 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 b. If the roadway is being damaged during the marker removal, Work shall be 1 halted until consultation with the City. 2 c. Removals shall be done in such a matter that color and texture contrast of the 3 pavement surface will be held to a minimum. 4 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 5 ¼ inch in depth resulting from the removal of pavement markings and markers. 6 Driveway patch asphalt emulsion may be broom applied to reseal damage to 7 asphaltic surfaces. 8 e. Dispose of markers in accordance with federal, state, and local regulations. 9 f. Use any of the following methods unless otherwise shown on the Drawings. 10 1) Surface Treatment Method 11 a) Apply surface treatment at rates shown on the Drawings or as directed. 12 Place a surface treatment a minimum of 2 feet wide to cover the 13 existing marking. 14 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 15 of 1 lane in width in areas where directional changes of traffic are 16 involved or in other areas as directed by the City. 17 2) Burn Method 18 a) Use an approved burning method. 19 b) For thermoplastic pavement markings or prefabricated pavement 20 markings, heat may be applied to remove the bulk of the marking 21 material prior to blast cleaning. 22 c) When using heat, avoid spalling pavement surfaces. 23 d) Sweeping or light blast cleaning may be used to remove minor residue. 24 3) Blasting Method 25 a) Use a blasting method such as water blasting, abrasive blasting, water 26 abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 27 blasting, or brush blasting as approved. 28 b) Remove pavement markings on concrete surfaces by a blasting method 29 only. 30 4) Mechanical Method 31 a) Use any mechanical method except grinding. 32 b) Flail milling is acceptable in the removal of markings on asphalt and 33 concrete surfaces. 34 2. If a location is to be paved over, no additional compensation will be allowed for 35 marking or marker removal. 36 3.5 REPAIR / RESTORATION [NOT USED] 37 3.6 RE-INSTALLATION [NOT USED] 38 3.7 FIELD QUALITY CONTROL 39 A. All lines must have clean edges, square ends, and be uniform cross-section. 40 B. The density and quality of markings shall be uniform throughout their thickness. 41 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 42 shall be free of blisters. 43 32 17 23 - 11 PAVEMENT MARKINGS Page 11 of 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING 3 A. Contractor shall clean up and remove all loose material resulting from construction 4 operations. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 12 32 91 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 32 91 19 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 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. Measurement 14 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 15 2. Payment 16 a. The work performed and materials furnished in accordance with this Item and 17 measured as provided under “Measurement” will be paid for at the unit price 18 bid per cubic yard of Topsoil. 19 b. All excavation required by this Item in cut sections shall be measured in 20 accordance with provisions for the various excavation items involved with the 21 provision that excavation will be measured and paid for once, regardless of the 22 manipulations involved. 23 3. The price bid shall include: 24 a. Furnishing Topsoil 25 b. Loading 26 c. Hauling 27 d. Placing 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 ACTION SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] 38 32 91 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PART 2 - PRODUCTS 1 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2 2.2 MATERIALS 3 A. Topsoil 4 1. Use easily cultivated, fertile topsoil that: 5 a. Is free from objectionable material including subsoil, weeds, clay lumps, non-6 soil materials, roots, stumps or stones larger than 1.5 inches 7 b. Has a high resistance to erosion 8 c. Is able to support plant growth 9 2. Secure topsoil from approved sources. 10 3. Topsoil is subject to testing by the City. 11 4. pH: 5.5 to 8.5. 12 5. Liquid Limit: 50 or less 13 6. Plasticity Index: 20 or less 14 7. Gradation: maximum of 10 percent passing No. 200 sieve 15 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 16 of vegetation 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION [NOT USED] 23 3.4 INSTALLATION 24 A. Finishing of Parkways 25 1. Smoothly shape parkways, shoulders, slopes, and ditches. 26 2. Cut parkways to finish grade prior to the placing of any improvements in or 27 adjacent to the roadway. 28 3. In the event that unsuitable material for parkways is encountered, extend the depth 29 of excavation in the parkways 6 inches and backfill with top soil. 30 4. Make standard parkway grade perpendicular to and draining to the curb line. 31 a. Minimum: 1/4 inch per foot 32 b. Maximum: 4:1 33 c. City may approve variations from these requirements in special cases. 34 5. Whenever the adjacent property is lower than the design curb grade and runoff 35 drains away from the street, the parkway grade must be set level with the top of the 36 curb. 37 6. The design grade from the parkway extends to the back of the walk line. 38 7. From that point (behind the walk), the grade may slope up or down at maximum 39 slope of 4:1. 40 32 91 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 B. Placing of Topsoil 1 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2 2. Place and shape the topsoil as directed. 3 3. Hand rake finish a minimum of 5 feet from all flatwork. 4 4. Tamp the topsoil with a light roller or other suitable equipment. 5 3.5 REPAIR/RESTORATION] [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 34 71 13 - 1 TRAFFIC CONTROL Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 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 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 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. Coordination 25 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 26 implementing Traffic Control within 500 feet of a traffic signal. 27 B. Sequencing 28 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 29 approved by the City and design Engineer before implementation. 30 1.5 SUBMITTALS 31 A. Provide the City with a current list of qualified flaggers before beginning flagging 32 activities. Use only flaggers on the qualified list. 33 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 34 Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the 35 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 36 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 37 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 38 Engineer. 39 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 40 Specifications. The Contractor will be responsible for having a licensed Texas 41 Professional Engineer sign and seal the Traffic Control Plan sheets. 42 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 43 34 71 13 - 3 TRAFFIC CONTROL Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 1 changes to the Traffic Control Plan(s) developed by the Design Engineer. 2 G. Design Engineer will furnish standard details for Traffic Control. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 ASSEMBLIES AND MATERIALS 13 A. Description 14 1. Regulatory Requirements 15 a. Provide Traffic Control Devices that conform to details shown on the 16 Drawings, the TMUTCD, and TxDOT’s Compliant Work Zone Traffic Control 17 Device List (CWZTCDL). 18 2. Materials 19 a. Traffic Control Devices must meet all reflectivity requirements included in the 20 TMUTCD and TxDOT Specifications – Item 502 at all times during 21 construction. 22 b. Electronic message boards shall be provided in accordance with the TMUTCD. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 EXAMINATION [NOT USED] 27 3.2 PREPARATION 28 A. Protection of In-Place Conditions 29 1. Protect existing traffic signal equipment. 30 3.3 INSTALLATION 31 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 32 the Drawings and as directed. 33 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 B. Install Traffic Control Devices straight and plumb. 1 C. Do not make changes to the location of any device or implement any other changes to 2 the Traffic Control Plan without the approval of the Engineer. 3 1. Minor adjustments to meet field constructability and visibility are allowed. 4 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 5 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 6 covering, or removing Devices. 7 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 8 and that retroreflective characteristics meet requirements during darkness and rain. 9 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 10 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 11 lights, signs, or other precautionary measures for the protection of persons or property), the 12 Inspector may order such additional precautionary measures be taken to protect persons 13 and property. 14 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 15 or in conflict with the proposed method of handling traffic or utility adjustments, can be 16 constructed during any phase. 17 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 18 distance of drivers entering the highway from driveways or side streets. 19 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 20 be erected and mounted on portable supports. 21 1. The support design is subject to the approval of the Engineer. 22 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 23 J. If at any time the existing traffic signals become inoperable as a result of construction 24 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 25 approved by the Engineer, to be used for Traffic Control. 26 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 27 turn-ons, street light pole installation, or other construction will be done during peak traffic 28 times (AM: 7 am – 9 am, PM: 4 pm - 6 pm). 29 L. Flaggers 30 1. Provide a Contractor representative who has been certified as a flagging instructor 31 through courses offered by the Texas Engineering Extension Service, the American 32 Traffic Safety Services Association, the National Safety Council, or other approved 33 organizations. 34 a. Provide the certificate indicating course completion when requested. 35 b. This representative is responsible for training and assuring that all flaggers are 36 qualified to perform flagging duties. 37 2. A qualified flagger must be independently certified by 1 of the organizations listed 38 above or trained by the Contractor’s certified flagging instructor. 39 3. Flaggers must be courteous and able to effectively communicate with the public. 40 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 41 and follow the flagging procedures set forth in the TMUTCD. 42 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 5. Provide and maintain flaggers at such points and for such periods of time as may be 1 required to provide for the safety and convenience of public travel and Contractor’s 2 personnel, and as shown on the Drawings or as directed by the Engineer. 3 a. These flaggers shall be located at each end of the lane closure. 4 M. Removal 5 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 6 and other Traffic Control Devices used for work-zone traffic handling in a timely 7 manner, unless otherwise shown on the Drawings. 8 3.4 REPAIR / RESTORATION [NOT USED] 9 3.5 RE-INSTALLATION [NOT USED] 10 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 11 3.7 SYSTEM STARTUP [NOT USED] 12 3.8 ADJUSTING [NOT USED] 13 3.9 CLEANING [NOT USED] 14 3.10 CLOSEOUT ACTIVITIES [NOT USED] 15 3.11 PROTECTION [NOT USED] 16 3.12 MAINTENANCE [NOT USED] 17 3.13 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required 21 32 92 13 - 1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 32 92 13 1 HYDROMULCHING, SEEDING AND SODDING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 6 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 32 91 19 – Topsoil Placement and Finishing of Parkways 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Block Sod Placement 16 a. Measurement 17 1) Measurement for this Item shall be by the square yard of Block Sod placed. 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 square yard of Block Sod placed. 22 c. The price bid shall include: 23 1) Furnishing and placing all sod 24 2) Rolling and tamping 25 3) Watering (until established) 26 4) Disposal of surplus materials 27 2. Seeding 28 a. Measurement 29 1) Measurement for this Item shall be by the square yard of Seed spread. 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 square yard of Seed placed for various installation methods. 34 c. The price bid shall include: 35 1) Furnishing and placing all Seed 36 2) Furnishing and applying water for seed fertilizer 37 3) Slurry and hydraulic mulching 38 4) Fertilizer 39 5) Watering and mowing (until established) 40 6) Disposal of surplus materials 41 3. Mowing 42 a. Measurement 43 32 92 13 - 2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Measurement for this Item shall per each. 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under “Measurement” will be paid for at the unit 4 price bid per each. 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 ACTION SUBMITTALS [NOT USED] 8 1.6 INFORMATIONAL SUBMITTALS 9 A. Seed 10 1. Vendors’ certification that seeds meet Texas State seed law including: 11 a. Testing and labeling for pure live seed (PLS) 12 b. Name and type of seed 13 2. All seed shall be tested in a laboratory with certified results presented to the City in 14 writing, prior to planting. 15 3. All seed to be of the previous season's crop and the date on the container shall be 16 within 12 months of the seeding date. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING 21 A. Block Sod 22 1. Protect from exposure to wind, sun and freezing. 23 2. Keep stacked sod moist. 24 B. Seed 25 1. If using native grass or wildflower seed, seed must have been harvested within 100 26 miles of the construction site. 27 2. Each species of seed shall be supplied in a separate, labeled container for 28 acceptance by the City. 29 C. Fertilizer 30 1. Provide fertilizer labeled with the analysis. 31 2. Conform to Texas fertilizer law. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 36 2.2 MATERIALS AND EQUIPMENT 37 A. Materials 38 32 92 13 - 3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Block Sod 1 a. Sod Varieties (match existing if applicable) 2 1) "Stenotaphrum secundatum" (St. Augustine grass) 3 2) "Cynodon dactylon" (Common Bermudagrass) 4 3) "Buchloe dactyloides" (Buffalograss) 5 4) an approved hybrid of Common Bermudagrass 6 5) or an approved Zoysiagrass 7 b. Sod must contain stolons, leaf blades, rhizomes and roots. 8 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 9 foreign materials and weeds and grasses deleterious to its growth or which 10 might affect its subsistence or hardiness when transplanted. 11 d. Minimum sod thickness: 3/4 inch 12 e. Maximum grass height: 2 inches 13 f. Acceptable growing beds 14 1) St. Augustine grass sod: clay or clay loam topsoil 15 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 16 g. Dimensions 17 1) Machine cut to uniform soil thickness. 18 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 19 handled and rolled without breaking. 20 h. Broken or torn sod or sod with uneven ends shall be rejected. 21 2. Seed 22 a. General 23 1) Plant all seed at rates based on pure live seed (PLS) 24 a) Pure Live Seed (PLS) determined using the formula: 25 (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + 26 Percent Firm or Hard Seed) + 100] 27 2) Availability of Seed 28 a) Substitution of individual seed types due to lack of availability may be 29 permitted by the City at the time of planting. 30 b) Notify the City prior to bidding of difficulties locating certain species. 31 3) Weed seed 32 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 33 and other material in the mixture 34 b) Seed not allowed: 35 (1) Johnsongrass 36 (2) Nutgrass seed 37 4) Harvest seed within 1-year prior to planting 38 b. Non-native Grass Seed 39 1) Plant between April 15 and September 10 40 41 Lbs. PLS/Acre Common Name Botanical Name Purity (percent) Germination (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 42 2) Plant between September 10 and April 15 43 44 Lbs. PLS/Acre Common Name Botanical Name Purity (percent) Germination (percent) 32 92 13 - 4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 220 Rye Grass lolium multiflorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 1 c. Native Grass Seed 2 1) Plant between February 1 and October 1. 3 4 Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 5 d. Wildflower Seed 6 1) Plant between the following: 7 a) March 5 and May 31 8 b) September 1 and December 1 9 10 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a 11 walkway 12 13 e. Temporary Erosion Control Seed 14 1) Consist of the sowing of cool season plant seeds. 15 3. Mulch 16 a. For use with conventional mechanical or hydraulic planting of seed. 17 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 18 (waste products from paper mills or recycled newspaper). 19 c. No growth or germination inhibiting factors. 20 d. No more than ten percent moisture, air dry weight basis. 21 e. Additives: binder in powder form. 22 32 92 13 - 5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 f. Form a strong moisture retaining mat. 1 4. Fertilizer 2 a. Acceptable condition for distribution 3 b. Applied uniformly over the planted area 4 c. Analysis 5 1) 16-20-0 6 2) 16-8-8 7 d. Fertilizer rate: 8 1) Not required for wildflower seeding 9 2) Newly established seeding areas - 100 pounds of nitrogen per acre 10 3) Established seeding areas - 150 pounds of nitrogen per acre 11 5. Topsoil: See Section 32 91 19. 12 6. Water: clean and free of industrial wastes or other substances harmful to the 13 germination of the seed or to the growth of the vegetation. 14 7. Soil Retention Blanket 15 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 16 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 17 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION 24 A. Surface Preparation: clear surface of all material including: 25 1. Stumps, stones, and other objects larger than one inch. 26 2. Roots, brush, wire, stakes, etc. 27 3. Any objects that may interfere with seeding or maintenance. 28 B. Tilling 29 1. Compacted areas: till 1 inch deep 30 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 31 seed/water run-off 32 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 33 3.4 INSTALLATION 34 A. Block Sodding 35 1. General 36 a. Place sod between curb and walk and on terraces that is the same type grass as 37 adjacent grass or existing lawn. 38 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 39 average first freeze in the fall. 40 2. Installation 41 32 92 13 - 6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Plant sod specified after the area has been completed to the lines and grades 1 shown on the Drawings with 6 inches of topsoil. 2 b. Use care to retain native soil on the roots of the sod during the process of 3 excavating, hauling and planting. 4 c. Keep sod material moist from the time it is dug until planted. 5 d. Place sod so that the entire area designated for sodding is covered. 6 e. Fill voids left in the solid sodding with additional sod and tamp. 7 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 8 slope. 9 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 10 firm earth in areas that may slide due to the height or slope of the surface or 11 nature of the soil. 12 3. Watering and Finishing 13 a. Furnish water as an ancillary cost to Contractor by means of temporary 14 metering / irrigation, water truck or by any other method necessary to achieve 15 an acceptable stand of turf as defined in 3.13.B. 16 b. Thoroughly water sod immediately after planted. 17 c. Water until established. 18 d. Generally, an amount of water that is equal to the average amount of rainfall 19 plus 1/2 inch per week should be applied until accepted. If applicable, plant 20 large areas by irrigation zones to ensure areas are watered as soon as they are 21 planted. 22 B. Seeding 23 1. General 24 a. Seed only those areas indicated on the Drawings and areas disturbed by 25 construction. 26 b. Mark each area to be seeded in the field prior to seeding for City approval. 27 2. Broadcast Seeding 28 a. Broadcast seed in 2 directions at right angles to each other. 29 b. Harrow or rake lightly to cover seed. 30 c. Never cover seed with more soil than twice its diameter. 31 d. For wildflower plantings: 32 1) Scalp existing grasses to 1 inch 33 2) Remove grass clippings, so seed can make contact with the soil. 34 3. Mechanically Seeding (Drilling): 35 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 36 b. All varieties of seed and fertilizer may be distributed at the same time provided 37 that each component is uniformly applied at the specified rate. 38 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 39 drill. 40 d. Drill on the contour of slopes 41 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 42 of the "Cultipacker" type. 43 f. Roll slope areas on the contour. 44 4. Hydromulching 45 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 46 1) Mixture is uniformly suspended to form a homogenous slurry. 47 32 92 13 - 7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) Mixture forms a blotter-like ground cover impregnated uniformly with 1 grass seed. 2 3) Mixture is applied within 30 minutes after placed in the equipment. 3 b. Placing 4 1) Uniformly distribute in the quantity specified over the areas shown on the 5 Drawings or as directed. 6 5. Fertilizing: uniformly apply fertilizer over seeded area. 7 6. Watering 8 a. Furnish water by means of temporary metering / irrigation, water truck or by 9 any other method necessary to achieve an acceptable stand of turf as defined in 10 3.13.B. 11 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 12 c. Water as direct by the City at least twice daily for 14 days after seeding in such 13 a manner as to prevent washing of the slopes or dislodgement of the seed. 14 d. Water until final acceptance. 15 e. Generally, an amount of water that is equal to the average amount of rainfall 16 plus 1/2 inch per week should be applied until accepted. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE 26 A. Block Sodding 27 1. Water and mow sod until completion and final acceptance of the Project or as 28 directed by the City. 29 2. Sod shall not be considered finally accepted until the sod has started to peg down 30 (roots growing into the soil) and is free from dead blocks of sod. 31 B. Seeding 32 1. Water and mow sod until completion and final acceptance of the Project or as 33 directed by the City. 34 2. Maintain the seeded area until each of the following is achieved: 35 a. Vegetation is evenly distributed 36 b. Vegetation is free from bare areas 37 3. Turf will be accepted once fully established. 38 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 39 cycle performed by the Contractor prior to consideration of acceptance by the 40 City. 41 C. Rejection 42 32 92 13 - 8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. City may reject block sod or seeded area on the basis of weed populations. 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 32 93 43 - 1 TREES AND SHRUBS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 32 93 43 1 TREES AND SHRUBS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Tree and shrub planting and maintenance within street right-of-way and easements. 6 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 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 92 13 - Hydromulching, Seeding and Sodding 14 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Plant Tree 18 a. Measurement 19 1) Measurement for this Item shall be per each by caliper inch. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under “Measurement” will be paid for at the unit 23 price bid per each tree to be Planted by caliper inch. 24 c. The price bid shall include: 25 1) Furnishing and installing trees 26 2) Hauling 27 3) Grading and backfilling 28 4) Excavation 29 5) Fertilization 30 6) Water 31 7) Removing and disposing of surplus material 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this specification refer to the current reference standard 35 published at the time of the latest revision date logged at the end of this 36 specification, unless a date is specifically cited. 37 2. American National Standards Institute (ANSI): 38 a. ANSI Z60.1, American Standard for Nursery Stock 39 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing 40 Co., New York. 41 32 93 43 - 2 TREES AND SHRUBS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 1.5 ACTION SUBMITTALS [NOT USED] 2 1.6 INFORMATIONAL SUBMITTALS 3 A. Tree data: Submit certification from supplier that each type of tree conforms to 4 specification requirements. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Coordination 9 1. Coordinate with City Forester prior to beginning construction activities adjacent to 10 or that will impact existing trees and shrubs. 11 B. Qualifications 12 1. Landscaper specialized in landscape and planting work 13 C. Substitutions 14 1. Not permitted unless approved by City when specified planting material is not 15 obtainable 16 a. Submit proof of non-availability together with proposal for use of equivalent 17 material. 18 b. Substitutions of larger size or better grade than specified will be allowed upon 19 approval by City Forester, but with no increase in unit price. 20 1.10 DELIVERY, STORAGE, AND HANDLING 21 A. Do not remove container grown stock from containers before time of planting. 22 B. Delivery and Acceptance Requirements 23 1. Ship trees with Certificates of Inspection as required by governing authorities. 24 2. Label each tree and shrub with securely attached waterproof tag bearing legible 25 designation of botanical and common name. 26 3. Use protective covering during delivery. 27 4. Deliver packaged materials in fully labeled original containers showing weight, 28 analysis and name of manufacturer. 29 C. Storage and Handling Requirements 30 1. Protect materials from deterioration during delivery, and while stored at Site. 31 2. Do not prune prior to installation. 32 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break 33 branches, or destroy natural shape. 34 1.11 FIELD CONDITIONS [NOT USED] 35 1.12 WARRANTY 36 A. Warranty Period: 12 months after job acceptance 37 B. Warrant trees against defects including: 38 1. Death 39 32 93 43 - 3 TREES AND SHRUBS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Unsatisfactory growth 1 3. Loss of shape due to improper pruning, maintenance, or weather conditions 2 C. Plumb leaning trees during warranty period. 3 D. Remove and replace trees found to be dead during warranty period. 4 E. Remove and replace trees which are in doubtful condition at end of warranty period, or 5 when approved by City, extend warranty period for trees for full growing season. 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 MATERIALS 9 1. General 10 a. Plants shall be true to species and variety specified, grown under climatic 11 conditions similar to those in the locality of the project for at least 2 years and 12 have been freshly dug during the most recent favorable harvest season. 13 b. All plant names and descriptions are as defined in Hortus Third. 14 c. All plants are to be grown and harvested in accordance with the American 15 Standard for Nursery Stock. 16 d. Unless approved by the City Forester, plants shall have been grown in a latitude 17 not more than 200 miles north or south of the latitude of the project unless the 18 provenance of the plant can be documented to be compatible with the latitude 19 and cold hardiness zone of the planting location. 20 2. Trees 21 a. Provide container grown trees which are straight and symmetrical and have 22 persistently preferred main leader. 23 b. Mark the tree’s north orientation in the nursery for all deciduous trees grown in 24 the field with a 1-inch diameter spot of white paint on the tree trunk within the 25 bottom twelve inches of the trunk. 26 c. Crown shall be in good overall proportion to entire height of tree with 27 branching configuration as recommended by ANSI Z60.1 for type and species 28 specified. 29 d. Trees designated as balled and burlapped (B&B) shall be properly dug with 30 firm, natural balls of soil retaining as many fibrous roots as possible, in sizes 31 and shapes as specified in the American Standard for Nursery Stock. Balls shall 32 be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and 33 heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface 34 of ball. Trees with loose, broken, processed, or manufactured root balls will not 35 be accepted, except with special written approval before planting. 36 e. Where clump is specified, furnish plant having minimum of three stems 37 originating from common base at ground line. 38 f. Measure trees by average caliper of trunk as follows: 39 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches 40 above top of root ball. 41 2) For trunks more than 4 inches, measure caliper 12 inches above top of root 42 ball. 43 3) Caliper measurements 44 a) By diameter tape measure 45 32 93 43 - 4 TREES AND SHRUBS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b) Indicated calipers on Drawings are minimum 1 c) Averaging of plant caliber: not permitted 2 g. Trees shall conform to following requirements: 3 1) Healthy 4 2) Vigorous stock 5 3) Grown in recognized nursery 6 4) Free of: 7 a) Disease 8 b) Insects 9 c) Eggs 10 d) Larvae 11 e) Defects such as: 12 (1) Knots 13 (2) Sun-scald 14 (3) Injuries 15 (4) Abrasions 16 (5) Disfigurement 17 (6) Borers and infestations 18 3. Soil Products 19 a. Topsoil: See 32 91 19. 20 b. Peat moss, mulch and fertilizer: Use material recommended by City Forester 21 for establishment of healthy stock after replanting. 22 4. Stakes and Guys 23 a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 24 b. Where applicable for anchoring trees, use wood deadmen: 25 1) Minimum: 2-inch by 4-inch stock 26 2) Minimum: 36 inches long and buried 3 feet. 27 3) Provide white surveyor's plastic tape for flagging tree guys. 28 5. Tree Wrap, Twine and Seal 29 a. Wrap 30 1) First quality 31 2) Bituminous impregnated tape 32 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 33 having qualities to resist insect infestation 34 b. Twine 35 1) Lightly tarred, medium-coarse sisal (lath) yarn 36 2) Do not use nails or staples to fasten wrapping 37 c. Seal: Commercially available tree wound dressing specifically produced for use 38 in sealing tree cuts and wounds 39 6. Water: clean and free of industrial wastes or other substances harmful to the growth 40 of the tree 41 2.3 ACCESSORIES [NOT USED] 42 2.4 SOURCE QUALITY CONTROL 43 A. Notify City, prior to installation, of location where trees that have been selected for 44 planting may be inspected. 45 B. Plant material will be inspected for compliance with following requirements. 46 1. Genus, species, variety, size and quality 47 32 93 43 - 5 TREES AND SHRUBS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Size and condition of balls and root systems, insects, injuries and latent defects 1 PART 3 - EXECUTION [NOT USED] 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION 5 A. General 6 1. Schedule work so that planting can proceed rapidly as portions of site become 7 available. 8 2. Plant trees after final grades are established and prior to seeding or sodding. 9 3. When planting of trees occurs after seeding work, protect seeded areas and 10 promptly repair damage to seeded areas resulting from tree planting operations in 11 compliance with requirements of Section 32 92 13. 12 4. Layout individual trees at locations shown on Drawings. 13 5. In case of conflicts, notify City before proceeding with work. 14 6. Stake trees for City approval. 15 B. Preparation of Planting Soil 16 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other 17 extraneous materials harmful or toxic to plant growth. 18 2. Strip and utilize 4 inch layer of top soil from existing ground. 19 3. Delay mixing of fertilizer when planting will not follow placing of planting soil 20 within 48 hours. 21 4. Incorporate amendments into soil as part of soil preparation process prior to fine 22 grading, fertilizing, and planting. 23 5. Broadcast or spread amendments evenly at specified rate over planting area. 24 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 25 amendments are pulverized and have become homogeneous layer of topsoil ready 26 for planting. 27 3.4 INSTALLATION 28 A. Planting 29 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation 30 raised minimum of 6 inches at center for proper drainage. 31 2. Provide following minimum widths: 32 a. 15 gallon containers or larger, 2 feet wider than diameter of root ball 33 b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 34 3. When conditions detrimental to plant growth are encountered, such as 35 unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before 36 planting. 37 4. Deliver trees after preparations for planting have been completed and plant 38 immediately. 39 5. When planting is delayed more than 6 hours after delivery 40 a. Set trees and shrubs in shade. 41 32 93 43 - 6 TREES AND SHRUBS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. Protect from weather and mechanical damage. 1 c. Keep roots moist by covering with mulch, burlap, or other acceptable means of 2 retaining moisture, and water as needed. 3 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 4 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 5 lever in positioning or moving the tree in the planting area. 6 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull 7 roots out of the root mat, and cut circling roots with a sharp knife. Loosen the 8 potting medium and shake away from the root mat. Immediately after removing the 9 container, install the plant such that the roots do not dry out. Pack planting mix 10 around the exposed roots while planting. 11 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 12 Remove burlap or cloth wrapping and any wire baskets from around top half of 13 balls. Do not turn under and bury portions of burlap at top of ball. Set balled and 14 burlapped trees in the hole with the north marker facing north. 15 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 16 10. Place plants at level that, after settlement, natural relationship of plant crown with 17 ground surface will be established. 18 11. When set, place additional backfill around base and sides of ball, and work each 19 layer to settle backfill and eliminate voids and air pockets. 20 12. When excavation is approximately 2/3 full, water thoroughly before placing 21 remainder of backfill. 22 13. Repeat watering until no more water is absorbed. 23 14. Dish top of backfill to allow for mulching. 24 15. Mulch pits, trenches and planted areas. 25 a. All trees, shrubs and other plantings will be mulched with mulch previously 26 approved by the City Forester. The mulch on trees and shrubs shall be to the 27 depths shown on the drawing. Mulch must not be placed within 3 inches of the 28 trunks of trees and shrubs. 29 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level 30 with adjacent finish grades. 31 17. Cover entire root ball. 32 18. Prune 33 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 34 planting to correct defects in the tree structure, including removal of injured 35 branches, double leaders, watersprouts, suckers, and interfering branches. 36 Healthy lower branches and interior small twigs should not be removed except 37 as necessary to clear walks and roads. In no case should more than 1/4 of the 38 branching structure be removed. Retain the normal shape of the plant. 39 b. All pruning shall be completed using clean sharp tools. All cuts shall be clean 40 and smooth, with the bark intact with no rough edges or tears. 41 c. Except in circumstances dictated by the needs of specific pruning practices, tree 42 paint shall not be used. The use of tree paint shall be only upon approval of the 43 City Forester. Tree paint, when required, shall be paint specifically formulated 44 and manufactured for horticultural use. 45 19. Prune trees to retain required height and spread. 46 32 93 43 - 7 TREES AND SHRUBS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 20. Do not cut tree leaders, and remove only injured and dead branches from flowering 1 trees. 2 21. Remove and replace excessively pruned or misformed stock resulting from 3 improper pruning. 4 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 5 corrective measures. 6 23. Guy and stake trees immediately after planting. 7 B. Moving Existing Trees 8 1. Coordinate tree moving and replanting with City Forester during dormant growth 9 season. 10 2. Provide tree spade of adequate size as directed by City Forester. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL 14 A. City may reject unsatisfactory or defective material at anytime during progress of work. 15 B. Remove rejected trees immediately from site and replace with specified materials. 16 C. Plant material not installed in accordance with these Specifications will be rejected. 17 D. An inspection to determine final acceptance will be conducted by City at end of 12 18 month maintenance period. 19 E. Warranty periods provided for in paragraph 1.12A. 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING 23 A. During planting work, keep pavements clean and work area in orderly condition. 24 B. Dispose of excess soil and waste in approved location. 25 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be 26 permitted. 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION 29 A. Protect planting work and materials from damage due to planting operations. 30 B. Maintain protection during installation and maintenance period. 31 C. Treat, repair, or replace damaged planting work. 32 3.13 MAINTENANCE 33 A. Maintenance Period shall be 12 months after final acceptance. 34 B. During the maintenance period if a work schedule and frequency are not shown on the 35 Drawings, perform the minimum requirements shown below: 36 1. Water trees to full depth a minimum of once each week or as required to maintain 37 healthy, vigorous growth. 38 32 93 43 - 8 TREES AND SHRUBS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Prune, cultivate, and weed as required for healthy growth. 1 3. Restore planting saucers. 2 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper 3 grades or vertical position as required. 4 5. Restore or replace damaged wrappings. 5 6. Spray as required to keep trees and shrubs free of insects and disease. 6 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon 7 as it is determined no longer alive. Contractor is to maintain new plants as 8 described above until growth is established and maintenance period expires unless 9 waived by the City. 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 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 13 14 15 16 17 18 19 20 33 01 30 - 1 SEWER AND MANHOLE TESTING Page 1 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 01 30 1 SEWER AND MANHOLE TESTING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Testing for sanitary sewer pipe and manholes prior to placing in service 6 a. Low Pressure Air Test and Deflection (Mandrel) Test 7 1) Excludes pipe with flow 8 2) Hydrostatic Testing is not allowed. 9 b. Vacuum Testing for sanitary sewer manholes 10 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 11 service it shall be cleaned and tested. 12 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 13 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 14 5. Pipe testing will include deflection (mandrel) test for pipe. 15 6. Hydrostatic testing is not allowed. 16 7. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1 – General Requirements 23 3. Section 03 80 00 – Modifications to Existing Concrete Structures 24 4. Section 33 04 50 – Cleaning of Sewer Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Pipe Testing 28 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 34 (pipe) complete in place, and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 33 01 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) The work performed and the materials furnished in accordance with this 1 Item shall be paid for at the unit price bid per each vacuum test completed. 2 c. The price bid shall include: 3 1) Mobilization 4 2) Plugs 5 3) Clean-up 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to delivery. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS 13 A. Test and Evaluation Reports 14 1. All test reports generated during testing (pass and fail) 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Certifications 18 1. Mandrel Equipment 19 a. If requested by City, provide Quality Assurance certification that the equipment 20 used has been designed and manufactured in accordance to the required 21 specifications. 22 2. Joint Testing 23 a. Testing Service - Engage a qualified independent testing agency to perform 24 joint evaluation tests 25 b. Equipment - If requested by City, provide Quality Assurance certification that 26 the equipment used has been designed and manufactured in accordance to the 27 required specifications. 28 33 01 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Low Pressure Air Test (Pipe 60 inch and smaller) 9 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 10 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 11 B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 12 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 13 2. Assemble individual joint tester over each joint from within the pipe. 14 C. Deflection (mandrel) test (Pipe) 15 1. Perform as last work item before final inspection. 16 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 17 3. Materials 18 a. Mandrel used for deflection test 19 1) Use of an uncertified mandrel or a mandrel altered or modified after 20 certification will invalidate the deflection test. 21 2) Mandrel requirements 22 a) Odd number of legs with 9 legs minimum 23 b) Effective length not less than its nominal diameter 24 c) Fabricated of rigid and nonadjustable steel 25 d) Fitted with pulling rings and each end 26 e) Stamped or engraved on some segment other than a runner indicating 27 the following: 28 (1) Pipe material specification 29 (2) Nominal size 30 (3) Mandrel outside diameter (OD) 31 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 32 g) Mandrel equipment shall be suitable for the pipe material to prevent 33 damage to the pipe. Consult manufacturer for appropriate mandrel 34 equipment. 35 D. Vacuum test (Manhole) 36 1. Plug lifting holes and exterior joints. 37 2. Plug pipes and stubouts entering the manhole. 38 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 1 is drawn. 2 4. Plug pipes with drop connections beyond drop. 3 5. Place test head inside the frame at the top of the manhole. 4 3.4 INSTALLATION 5 A. Low pressure air test (Pipe 60” Inch and Smaller) 6 1. Install plug with inlet tap. 7 2. Connect air hose to inlet tap and a portable air control source. 8 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 9 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 10 psig. Minimum permissible pressure holding time per diameter per length of pipe 11 is computed from the following equation: 12 13 T = (0.0850*D*K) 14 Q 15 Where: 16 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 17 K = 0.000419*D*L, but not less than 1.0 18 D = nominal pipe diameter, inches 19 L = length of pipe being tested (by pipe size), feet 20 Q = 0.0015, cubic feet per minute per square foot of internal surface 21 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 22 through 60-inch based on the equation above. 23 24 UNI-B-6, Table 1 25 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe 26 indicated for q = 0.0015 27 1 2 3 4 Pipe Diameter (in.) Minimum Time (min: sec} Length for Minimum Time (ft) Time for Longer Length (sec) 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft 4 3:46 597 .380 L 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46 6 5:40 398 .854 L 5:40 5:40 5:40 5:40 5:40 5:40 5:42 6:24 8 7:34 298 1.520 L 7:34 7:34 7:34 7:34 7:36 8:52 10:08 11:24 10 9:26 239 2.374 L 9:26 9:26 9:26 9:53 11:52 13:51 15:49 17:48 12 11:20 199 3.418 L 11:20 11:20 11:24 14:15 17:05 19:56 22:47 25:38:00 15 14:10 159 5.342 L 14:10 14:10 17:48 22:15 26:42:00 31:09:00 35:36:00 40:04:00 18 17:00 133 7.692 L 17:00 19:13 25:38:00 32:03:00 38:27:00 44:52:00 51:16:00 57:41:00 21 19:50 114 10.470 L 19:50 26:10:00 34:54:00 43:37:00 52:21:00 61:00:00 69:48:00 78:31:00 24 22:40 99 13.674 L 22:47 34:11:00 45:34:00 56:58:00 68:22:00 79:46:00 91:10:00 102:33:00 27 25:30:00 88 17.306 L 28:51:00 43:16:00 57:41:00 72:07:00 86:32:00 100:57:00 115:22:00 129:48:00 30 28:20:00 80 21.366 L 35:37:00 53:25:00 71:13:00 89:02:00 106:50:00 124:38:00 142:26:00 160:15:00 33 31:10:00 72 25.852 L 43:05:00 64:38:00 86:10:00 107:43:00 129:16:00 150:43:00 172:21:00 193:53:00 36 34:00:00 66 30.768 L 51:17:00 76:55:00 102:34:00 128:12:00 153:50:00 179:29:00 205:07:00 230:46:00 42 39:48:00 57 41.883L 69:48:00 104:42:00 139:37:00 174:30:00 209:24:00 244:19:00 279:13:00 314:07:00 48 45:34:00 50 54.705 L 91:10:00 136:45:00 182:21:00 227:55:00 273:31:00 319:06:00 364:42:00 410:17:00 54 51:02:00 44 69.236 L 115:24:00 173:05:00 230:47:00 288:29:00 346:11:00 403:53:00 461:34:00 519:16:00 60 56:40:00 40 85.476 L 142:28:00 213:41:00 284:55:00 356:09:00 427:23:00 498:37:00 569:50:00 641:04:00 Specification Time for Length (L) Shown (min:sec) 28 29 33 01 30 - 5 SEWER AND MANHOLE TESTING Page 5 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 6. Stop test if no pressure loss has occurred during the first 25 percent of the 2 calculated testing time. 3 B. Low pressure joint air test (27 Inch or larger pipe) 4 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM 5 C1103 as follows: 6 2. Equipment shall be the product of manufacturers having more than five years of 7 regular production of successful joint testers. Joint tester shall be as manufactured 8 by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 9 3. Follow equipment manufacturer's recommendations when performing tests; only 10 experienced technicians shall perform tests. 11 4. The testing equipment shall be assembled and positioned over the center of the pipe 12 joint and the end element tubes inflated to a maximum of 25 psi. 13 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and 14 pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to 15 testing. 16 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the 17 pressure from 3.5 psig to 2.5 psig. 18 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig 19 is greater than 10 seconds. 20 C. Deflection (mandrel) test (Pipe) 21 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 22 ensure that maximum allowable deflection is not exceeded. 23 2. Maximum percent deflection by pipe size is as follows: 24 25 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 26 D. Vacuum test (Manhole) 27 1. Test manhole prior to coating with epoxy or other material. 28 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 29 3. With the valve closed, read the level vacuum level after the required test time. 30 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 31 32 33 01 30 - 6 SEWER AND MANHOLE TESTING Page 6 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 Depth of Manhole, feet 4-foot Dia Seconds 5-foot Dia Seconds 6-foot Dia Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 ** For manholes over 18 feet deep, add “T” seconds as shown for each respective 3 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 4 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 5 seconds. 40+6(5)=70 seconds) 6 7 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 8 failed the test. 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL 12 A. Non-Conforming Work 13 1. Low pressure air test (Pipe 60 Inch and smaller) 14 a. Should the air test fail, find and repair leak(s) and retest. 15 2. Low pressure joint air test (Pipe 27 inch or larger) 16 a. 100 percent of all joints shall be field tested, prior to the placement of backfill 17 over the spring line of the pipe, after the pipe has been substantially locked in to 18 place by embedment. If the pipe does not pass the field air test, the joint will be 19 pulled and refitted or rejected and removed from the project. After full 20 placement of backfill and proper compaction, 100% of all joints will be tested 21 again, as the installation progresses. At no time shall pipe installation exceed 22 300 feet beyond the last joint tested. 23 b. No more than 2 percent of the total number of joints failing to meet the 24 requirements of this test shall be field repaired by joint grout injection, or band 25 clamps, or other method. Any joints over 2% requiring field repairs shall be 26 rejected and removed from the project site. Rejected pipe shall be removed 27 from the project. Installation shall be stopped until defective joints are repaired 28 or replaced. 29 3. Should Deflection (mandrel) test (Pipe) 30 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 31 b. Uncover overdeflected pipe. Reinstall if not damaged. 32 c. If damaged, remove and replace. 33 4. Vacuum test (Manhole) 34 33 01 30 - 7 SEWER AND MANHOLE TESTING Page 7 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Should the vacuum test fail, repair suspect area and retest. 1 1) External repairs required for leaks at pipe connection to manhole. 2 a) Shall be in accordance with Section 03 80 00. 3 2) Leaks within the manhole structure may be repaired internally or 4 externally. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 8/10/2018 W. Norwood 3.4.D Require testing prior to coating manholes 9/7/2018 W. Norwood 3.3, A&B, Add individual joint testing option for 27 inch and larger with independent testing. 3.4.A Include UNI-B-6, Table 1 for low pressure air test 4.4.B Include individual joint testing requirements 15 33 01 31 - 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 SECTION 33 01 31 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 6 sanitary sewer or storm sewer mains 7 2. For sanitary sewer projects all (existing: Pre-CCTV, proposed: Post-CCTV) main 8 shall be inspected. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 33 03 10 – Bypass Pumping of Existing Sewer Systems 16 4. Section 33 04 50 – Cleaning of Sewer Mains 17 5. Section 01 32 16 – Construction Progress Schedule 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Pre-CCTV Inspection 20 1. Measurement 21 a. Measurement for this Item will be by the linear foot of line televised for CCTV 22 Inspection performed prior to any line modification or replacement determined 23 from the distance recorded on the video log. 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under “Measurement” will be paid for at the unit price 27 bid per linear foot for “Pre-CCTV Inspection”. 28 1) Contractor will not be paid for unaccepted video. 29 3. The price bid shall include: 30 a. Mobilization 31 b. Cleaning 32 c. Digital file 33 B. Post-CCTV Inspection 34 1. Measurement 35 a. Measurement for this Item will be by the linear foot of line televised for CCTV 36 Inspection performed following repair or installation determined from the 37 distance recorded on the video log. 38 2. Payment 39 33 01 31 - 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 a. The work performed and materials furnished in accordance with this Item and 1 measured as provided under “Measurement” will be paid for at the unit price 2 bid per linear foot for “Post-CCTV Inspection”. 3 1) Contractor will not be paid for unaccepted video. 4 3. The price bid shall include: 5 a. Mobilization 6 b. Cleaning 7 c. Digital file 8 1.3 REFERENCES 9 A. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. City of Fort Worth Water Department 14 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 15 Program (CCTV Manual). The CCTV Manual is available for download on 16 Buzzsaw. Location: Resources\70 – Inspection Tools\Standard Construction 17 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 18 download on Buzzsaw. Location: Resources\70 – Inspection Tools\Standard 19 Construction. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Sanitary Sewer Lines 23 a. Meet with City of Fort Worth Water Department staff to confirm that the 24 appropriate equipment, software, standard templates, defect codes and defect 25 rankings are being used, if required. 26 2. Storm Sewer Lines 27 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 28 confirm that the appropriate equipment, software, standard templates, defect 29 codes and defect rankings are being used, if required. 30 B. Schedule 31 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 32 per Section 01 32 16. 33 2. Include time for City review (2 weeks minimum – Notification needs to be send out 34 to Project Manager & Field Operation). 35 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City 36 per Part 1.4 A. 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. 39 B. All submittals shall be approved by the Engineer or the City prior to delivery. 40 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 41 video data per the CCTV Manual. Provide additional copy of video in Windows Media 42 Audio/Video (.wmv) format for City Inspection review. 43 33 01 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 D. If inspected with other software provide video data in Windows Media Audio/Video 1 (.wmv) format. Provide CCTV log in EXCEL spread sheet format – The CCTV spread 2 sheet log can be found on Buzzsaw. Location: Resources\70 – Inspection 3 Tools\Standard Construction. 4 E. Inspection Report shall include: 5 1. Asset 6 a. Date 7 b. City 8 c. Address and/or Project Name 9 d. Main Number – GIS ID (If Available) 10 e. Upstream Manhole GIS ID (If Available) 11 f. Downstream Manhole GIS ID (If Available) 12 g. Pipe Diameter 13 h. Material 14 i. Pipe Length 15 j. Mapsco Location Number 16 k. Date Constructed 17 l. Pipe Wall Thickness 18 2. Inspection 19 a. Inspection Number (i.e. 1st,2nd,etc…) 20 b. Crew Number 21 c. Operator Name 22 d. Operator Comments 23 e. Reason for Inspection 24 f. Equipment Number 25 g. Camera Travel Direction (Upstream/Downstream) 26 h. Inspected Length (feet) 27 i. Work Order Number (if required) 28 j. City Project Number (if required) 29 k. City Contract Name 30 l. DOE/TPW Number (if required) 31 m. Consultant Company Name 32 n. Consultant Contact Name 33 o. Consultant Contact Phone Number 34 p. Contractor Company Name 35 q. Contractor Contact Name 36 r. Contractor Contact Phone Number 37 1.6 INFORMATIONAL SUBMITTALS 38 A. Pre-CCTV submittals 39 1. 2 copies of CCTV video results on USB drive 40 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 41 B. Additional information that may be requested by the City 42 1. Listing of cleaning equipment and procedures 43 2. Listing of flow diversion procedures if required 44 3. Listing of CCTV equipment 45 4. Listing of backup and standby equipment 46 33 01 31 - 4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 5. Listing of safety precautions and traffic control measures 1 1.7 CLOSEOUT SUBMITTALS 2 A. Post-CCTV submittals 3 1. 2 copies of CCTV video results on USB drive 4 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 5 the City Inspector for review prior to scheduling a project final walk through. 6 3. CCTV speadsheet log in EXCEL format – A blank copy of the CCTV spread sheet 7 log can be found on Buzzsaw. Location: Resources\70 – Inspection Tools\Standard 8 Construction 9 4. Construction Plans identifying the line segments that were videoed. Include cover 10 sheet, overall line layout sheet(s), and plan and profile sheet(s). 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 A. Equipment– 18 1. Closed Circuit Television Camera 19 a. The television camera used shall be one specifically designed and constructed 20 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 21 picture of the entire periphery of the pipe. The camera shall be operative in 100 22 percent humidity/submerged conditions. The equipment will provide a view of 23 the pipe ahead of the equipment and of features to the side of the equipment 24 through turning and rotation of the lens. The camera shall be capable of tilting 25 at right angles along the axis of the pipe while panning the camera lens through 26 a full circle about the circumference of the pipe. The lights on the camera shall 27 also be capable of panning 90-degrees to the axis of the pipe. 28 b. The radial view camera must be solid state color and have remote control of the 29 rotational lens. The camera shall be capable of viewing the complete 30 circumference of the pipe and manhole structure, including the cone-section or 31 corbel. The camera lens shall be an auto-iris type with remote controlled 32 manual override. 33 2. Video Capture System 34 a. The video and audio recordings of the sewer inspections shall be made using 35 digital video equipment. A video enhancer may be used in conjunction with, 36 but not in lieu of, the required equipment. The digital recording equipment 37 shall capture sewer inspection on USB drive, with each sewer segment (from 38 upstream manhole to downstream manhole) inspection recorded as an 39 individual file in Windows Media Audio/Video (.wmv) format. City has a right 40 to change the format from .WMV media to .MP4 41 33 01 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 b. The system shall be capable of printing pipeline inspection reports with 1 captured images of defects or other related significant visual information on a 2 standard color printer. 3 c. The system shall store digitized color picture images and be saved in digital 4 format on a USB drive. 5 d. The system shall be able to produce data reports to include, at a minimum, all 6 observation points and pertinent data. All data reports shall match the defect 7 severity codes outlined in the City’s CCTV manual. 8 e. Camera footage, date & manhole numbers shall be maintained in real time and 9 shall be displayed on the video monitor as well as the video character 10 generators illuminated footage display at the control console. 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A. General 16 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 17 plans or City to be used during inspections. Inspections performed using 18 identification numbers other than the plans or from assigned numbers from the City 19 will be rejected. 20 2. Inspection shall not commence until the sewer section to be televised has been 21 completely cleaned in conformance with Section 33 04 50. (Sewer system should 22 be connected to existing sewer system and should be active) 23 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to 24 completion of the following: 25 a. Pipe testing 26 b. All manhole work is complete 27 c. Installation of all lateral services 28 d. Vacuum test of manholes 29 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 30 B. Storm Sewer Lines 31 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 32 CCTV equipment and cleaning requirements. 33 3.4 INSPECTION (CCTV) 34 A. General 35 1. Begin inspection immediately after cleaning of the main. 36 2. Move camera through the line in either direction at a moderate rate, stopping when 37 necessary to permit proper documentation of the main’s condition. 38 3. Do not move camera at a speed greater than 30 feet per minute. 39 4. Use manual winches, power winches, TV cable, and power rewinds that do not 40 obstruct the camera view, allowing for proper evaluation. 41 33 01 31 - 6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 5. During investigation stop camera at each defect along the main. 1 a. Record the nature, location and orientation of the defect or infiltration location 2 as specified in the CCTV Manual. 3 6. Pan and tilt the camera to provide additional detail at: 4 a. Manholes, Include condition of manhole in its entirety and interior corrosion 5 protection (if applicable) (Camera should pan the entire manhole from top as 6 well as while lowering into manhole, also show complete view of invert) 7 b. Service connections, Pan the Camera to get a complete overview of service 8 connection including zooming into service connection Include location (i.e. 3 9 o’clock, 9 o’clock, etc…) 10 c. Joints, Include comment on condition, signs of damage, etc… 11 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 12 joints, obstructions or debris (show as % of pipe diameter). If debris has been 13 found in the pipe during the post-CCTV inspection, additional cleaning is 14 required and pipe shall be re-televised. 15 e. Infiltration/Inflow locations 16 f. Pipe material transitions 17 g. Other locations that do not appear to be typical for normal pipe conditions 18 h. Note locations where camera is underwater and level as a % of pipe diameter. 19 7. Provide accurate distance measurement. 20 a. The meter device is to be accurate to the nearest 1/10 foot. 21 8. CCTV inspections are to be continuous. 22 a. Do not provide a single segment of main on more than 1 USB drive. 23 b. A single segment is defined from manhole to manhole. 24 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 25 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 26 rehabilitation work. 27 2. If, during inspection, the CCTV will not pass through the entire section of main due 28 to blockage or pipe defect, set up so the inspection can be performed from the 29 opposite manhole. 30 3. Provisions for repairing or replacing the impassable location are addressed in 31 Section 33 31 20, Section 33 31 21 and Section 33 31 22. 32 C. Post-Installation Inspection 33 1. Complete manhole installation before inspection begins. 34 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 35 04 50. 36 D. Documentation of CCTV Inspection 37 1. Sanitary Sewer Lines 38 a. Follow the CCTV Manual (CCTV standard manual supplied by City upon 39 request) for the inspection video, data logging and reporting or Part 1.5 E of 40 this section. 41 2. Storm Sewer Lines 42 a. Provided documentation for video, data logging, and reporting in accordance 43 with City of Fort Worth Transportation/Public Works Department 44 requirements. 45 33 01 31 - 7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. See Section 33 04 50. 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Various– Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various – Alternative to CCTV Manual, modified submittal detail requirements 15 33 03 10 - 1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 03 10 1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer 6 lines unless otherwise specified in the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item will be by lump sum. 17 2. Payment 18 a. The work performed and materials furnished in accordance with this Item will 19 be paid for at the lump sum price bid for “Bypass Pumping”. 20 3. The price bid shall include: 21 a. Mobilization 22 b. Development of bypass plans 23 c. Transportation and storage 24 d. Setup 25 e. Confined space entry 26 f. Plugging 27 g. Pumping 28 h. Clean up 29 i. Manhole restoration 30 j. Surface restoration 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. Occupational Safety and Health Organization (OSHA). 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination 39 33 03 10 - 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Schedule meeting with City to review sewer shutdown prior to replacing or 1 rehabilitating any facilities. 2 2. City reserves the right to delay schedule due to weather conditions, or other 3 unexpected emergency within the sewer system. 4 3. Review bypass pumping arrangement or layout in the field with City prior to 5 beginning operations. Facilitate preliminary bypass pumping run with City staff 6 present to affirm the operation is satisfactory to the City. 7 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of 8 sewer flow with City staff. 9 5. Provide onsite continuous monitoring during all bypass pumping operations using 10 one of the following methods: 11 a. Personnel on site 12 b. Portable SCADA equipment 13 1.5 SUBMITTALS 14 A. Submittals shall be in accordance with Section 01 33 00. 15 B. All submittals shall be approved by the City prior to delivery. 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 17 A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all 18 provisions and precautions that will be taken with regard to the handling of sewer 19 flows. Submit the plan to the City for approval a minimum of 7 days prior to 20 commencing work. Include the following details: 21 1. Schedule for installation and maintenance of the bypass pumping system 22 2. Staging areas for pumps 23 3. Pump sizes, capacity, number of each size, and power requirements 24 4. Calculations for static lift, friction losses, and velocity 25 5. Pump curves showing operating range and system head curves 26 6. Sewer plugging methods 27 7. Size, length, material, joint type, and method for installation of suction and 28 discharge piping 29 8. Method of noise control for each pump and/or generator, if required 30 9. Standby power generator size and location 31 10. Suction and discharge piping plan 32 11. Emergency action plan identifying the measures taken in the event of a pump 33 failure or sewer spill 34 12. Staffing plan for responding to alarm conditions identifying multiple contacts by 35 name and phone numbers (office, mobile) 36 13. A contingency plan to implement in the event the replacement or rehabilitation has 37 unexpected delays or problems 38 33 03 10 - 3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT 9 A. Pumping 10 1. Provide equipment that will convey 100 percent of wet weather peak flow 11 conditions. 12 2. Provide fully automatic self-priming pumps. Foot-valves or vacuum pumps are not 13 permitted for priming the system. 14 3. Pumps must be constructed to allow dry running for periods of time to account for 15 the cyclical nature of sewer flow. 16 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup 17 pumps on line, isolated from the primary system by valve. 18 5. If multiple pumps are required to meet the flow requirements, provide the necessary 19 fittings and connections to incorporate multiple discharges. 20 6. Noise levels of the pumping system must follow the requirements of the City noise 21 ordinance for gas wells. 22 B. Piping 23 1. Install pipes with joints which prevent the incident of flow spillage. 24 C. Plugs or Stop Logs 25 1. Plugs 26 a. Select a plug that is made for the size and potential pressure head that will be 27 experienced. 28 b. Provide an additional anchor, support or bracing to secure plug when back 29 pressure is present. 30 c. Use accurately calibrated air pressure gauges for monitoring the inflation 31 pressure. 32 d. Place inflation gauge at location outside of confined space area. Keep the 33 inflation gauge and valve a safe distance from the plugs. 34 e. Never over inflate the plug beyond its pressure rating. 35 2. Stop Logs 36 a. Use stop log devices designed for the manhole or sewer vault structure in use. 37 b. If applicable, obtain stop logs from City that may be used on specific structures. 38 33 03 10 - 4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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. Locate the bypass pipelines in area to minimize disturbance to existing utilities and 7 obtain approval of those locations from the City. 8 B. Make preparations to comply with OSHA requirements when working in the presence 9 of sewer gases, oxygen-deficient atmospheres and confined spaces. 10 C. Do not begin bypass preparation and operation until City approval of the submittals 11 requested per this Specification. 12 3.4 INSTALLATION 13 A. Install and operate pumping and piping equipment in accordance to the submittals 14 provided per this Specification. 15 B. Sewer flow stoppage 16 1. Plugging 17 a. Use confined space procedures and equipment during installation when 18 necessary. 19 b. Thoroughly clean the pipe before insertion of the plug. 20 c. Insert the plug seal surface completely so it is fully supported by the pipe. 21 d. Position the plug where there are not sharp edges or protrusions that may 22 damage the plug. 23 e. Use pressure gauges for measuring inflation pressures. 24 f. Minimize upstream pressure head before deflating and removing. 25 C. Sewer flow control and monitoring 26 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding 27 or damage to public or private property. The Contractor is responsible for any 28 damage resulting from bypass pumping operations. 29 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or 30 blocked. Be prepared to immediately start bypass pumping if needed due to 31 surcharge conditions. 32 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or 33 container only. Do not discharge sewer into an open environment such as an open 34 channel or earthen holding facility. 35 4. Do not construct bypass facilities where vehicular traffic may travel over the 36 piping. 37 a. Provide details in the suction and discharge piping plan that accommodate both 38 the bypass facilities and traffic without disrupting either service. 39 33 03 10 - 5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. Field [OR] Site Tests and Inspections 4 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment 5 before actual operation begins. Have City staff on site during tests. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES 10 A. Once plugging or blocking is no longer necessary, remove in such a way that permits 11 the sewer flow to slowly return to normal – preventing surge, surcharging and major 12 downstream disturbance. 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 12/20/2012 D. Johnson 1.6 – Clarified submittals required for 18” and larger lines 19 33 04 40 - 1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 SECTION 33 04 40 1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. General 5 1. Before any newly constructed potable water mains will be permitted to be placed 6 into service in the Fort Worth Water Department’s Water Distribution System, it 7 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 8 bacteria count within the water main meets the standards established by the Fort 9 Worth Water Department and the requirements of Chapter 290 of the Texas 10 Administrative Code (TAC) established by the Texas Commission on 11 Environmental Quality (TCEQ). 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 – General Requirements 18 3. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 23 2. Payment 24 a. The work performed and the materials furnished in accordance with this Item 25 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 26 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 27 complete in place, and no other compensation will be allowed. 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. American Water Works Association/American (AWWA): 34 a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. 35 b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. 36 c. C651, Disinfecting Water Mains. 37 d. C655, Field De-Chlorination. 38 33 04 40 - 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 1.5 SUBMITTALS 2 A. Submittals 3 For 24-inch and larger water mains, provide the following: 4 1. Cleaning Plan – Prior to the start of construction, submit a water main cleaning plan 5 detailing the methods and schedule, including: 6 a. A detailed description of cleaning procedures 7 b. Pigging entry and exit ports 8 c. Flushing procedures 9 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 10 e. Control of water 11 f. Disposal 12 2. Disinfection Plan – prior to the start of construction submit a disinfection plan 13 including: 14 a. The method mixing and introducing chlorine 15 b. Flushing 16 c. De-chlorination 17 d. Sampling 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 27 2.2 PRODUCT TYPES 28 A. Pigs 29 1. Open cell polyurethane foam body 30 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 31 3. May be wrapped with polyurethane spiral bands 32 4. Abrasives are not permitted, unless expressly approved by the City in writing for 33 the particular application. 34 5. Must pass through a reduction up to 65 percent of the cross sectional area of the 35 nominal pipe diameter 36 33 04 40 - 3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 1 tees, crosses, wyes, and gate valves. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING 15 A. General 16 1. All water mains shall be cleaned prior to bacteriological testing. 17 a. Pig all 36-inch and smaller water mains. 18 b. Pig or manually sweep 42-inch and larger mains. 19 c. Flushing is only permitted when specially designated in the Drawings, or if 20 pigging is not practical and approved by the City. 21 B. Pigging Method 22 1. If the method of pigging is to be used, prepare the main for the installation and 23 removal of a pig, including: 24 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 25 remove cleaning wye covers, etc. 26 b. Where expulsion of the pig is required through a dead-ended conduit: 27 1) Prevent backflow of purged water into the main after passage of the pig. 28 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 29 smaller mains to prevent backwater re-entry into the main. 30 3) Additional excavation of the trench may be performed on mains over 12 31 inches, to prevent backwater re-entry into the main. 32 4) Flush any backflow water that inadvertently enters the main. 33 c. Flush short dead-end pipe sections not swabbed by a pig. 34 d. Once pigging is complete: 35 1) Pigging wyes shall remain in place unless otherwise specified in the 36 Contract Documents. 37 2) Install cleaning wye, blind flanges or mechanical joint plugs. 38 33 04 40 - 4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 3) Plug and place blocking at other openings. 1 4) Backfill 2 5) Complete all appurtenant work necessary to secure the system and proceed 3 with disinfection. 4 C. Flushing Method 5 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes 6 and numbers, and with adequate flushing to achieve a minimum velocity in the 7 main of 2.5 feet per second. 8 a. Minimum blow-off sizes for various main sizes are as follows: 9 1) 4-inch through 8-inch main – ¾-inch blow-off 10 2) 10-inch through 12-inch main – 1-inch blow-off 11 3) 16-inch and greater main – 2-inch blow-off 12 b. Flushing shall be subject to the following limitations: 13 1) Limit the volume of water for flushing to 3 times the volume of the water 14 main. 15 2) Do not unlawfully discharge chlorinated water. 16 3) Do not damage private property. 17 4) Do not create a traffic hazard. 18 c. Once Flushing is complete: 19 1) Corporations stops used for flushing shall be plugged. 20 D. Daily main cleaning 21 1. Wipe joints and then inspect for proper installation. 22 2. Sweep each joint and keep clean during construction. 23 3. Install a temporary plug on all exposed mains at the end of each working day or an 24 extended period of work stoppage. 25 E. Hydrostatic Testing 26 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 27 the following criteria: 28 a. Furnish and install corporations for proper testing of the main. 29 1) Furnish adequate and satisfactory equipment and supplies necessary to 30 make such hydrostatic tests. 31 2) The section of line to be tested shall be gradually filled with water, 32 carefully expelling the air and the specified pressure applied. 33 b. The City will furnish water required for the testing at its nearest City line. 34 c. Expel air from the pipe before applying the required test pressure. 35 d. Test Pressure 36 1) Test pressures should meet the following criteria: 37 a) Not less than 1.25 (187 psi minimum) times the stated working 38 pressure of the pipeline measured at the highest elevation along the test 39 section. 40 b) Not less than 1.5 (225 psi minimum) times the stated working pressure 41 at the lowest elevation of the test section. 42 e. Test Conditions 43 1) Must be at least 2 hour duration 44 2) Add water as necessary to sustain the required test pressure. 45 3) Test fire hydrants to the fire hydrant valve. 46 33 04 40 - 5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 a) Leave the isolation valve on the fire hydrant lead line open during the 1 hydrostatic testing. 2 4) Test service lines to curb stop 3 a) Leave the corporation stop on the service line open during the 4 hydrostatic testing. 5 5) Close isolation valves for air release valves. 6 6) Makeup water must come from a container of fixed 55 gallon container that 7 does not have a water source. 8 f. Measure all water used in the pressure test through an approved meter, or 9 measure the difference in volume within a 55 gallon container. 10 1) Do not test against existing water distribution valves unless expressly 11 provided for in the Drawings, or approved by the City. 12 2) If the City denies approval to test against existing water distribution system 13 valve, then make arrangements to plug and test the pipe at no additional 14 cost. 15 2. Allowable Leakage 16 a. No pipe installation should be accepted if the amount of makeup water is 17 greater than that determined using the following formula: 18 In inch-pound units, 19 L = SD P 20 148,000 21 22 Where: 23 L = testing allowance (make up water), gallons per hour 24 S = length of pipe tested, ft. 25 D = nominal diameter of pipe, in. 26 P = average test pressure during the hydrostatic test, psi 27 b. For any pipeline that fails to pass hydrostatic test: 28 1) Identify the cause 29 2) Repair the leak 30 3) Restore the trench and surface 31 4) Retest 32 c. All costs associated with repairing the pipeline to pass the hydrostatic test is the 33 sole responsibility of the Contractor and included in the price per linear foot of 34 pipe. 35 d. If the City determines that an existing system valve is responsible for the 36 hydrostatic test to fail, the Contractor shall make provisions to test the pipeline 37 without the use of the system valve. 38 e. There shall be no additional payment to the Contractor if the existing valve is 39 unable to sustain the hydrostatic test and shall be included in the price per linear 40 foot of pipe. 41 F. Disinfection 42 1. General 43 a. Disinfection of the main shall be accomplished by the “continuous feed” 44 method or the “slug” method as determined by the Contractor. 45 b. The free chlorine amounts shown are minimums. The Contractor may require 46 higher rates. 47 1) Calcium hypochlorite granules shall be used as the source of chlorine. 48 c. Continuous Feed Method 49 33 04 40 - 6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 1) Apply water at a constant rate in the newly laid main. 1 a) Use the existing distribution system or other approved source of 2 supply. 3 2) At a point not more than 10 feet downstream from the beginning of the new 4 main, water entering the new main shall receive a dose of chlorine. 5 a) Free chlorine concentration: 50 mg/L minimum, or as required by 6 TCEQ, whichever is greater. 7 b) Chlorine applications shall not cease until the entire conduit is filled 8 with heavily chlorinated water. 9 3) Retain chlorinated water in the main for at least 24 hours. 10 a) Operate valves and hydrants in the section treated in order to disinfect 11 the appurtenances. 12 b) Prevent the flow of chlorinated water into mains in active service. 13 c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, 14 minimum, for the treated water in all portions of the main. 15 4) Flush the heavily chlorinated water from the main and dispose of in a 16 manner and at a location accepted by the City. 17 5) Test the chlorine residual prior to flushing operations. 18 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 19 new main until the chlorine residual is less the 4 mg/L. 20 b) The Contractor may choose to evacuate the water into water trucks, or 21 other approved storage facility, and treat the water with Sodium 22 Bisulfate, or another de-chlorination chemical, or method appropriate 23 for potable water and approved by the City until the chlorine residual is 24 reduced to 4 mg/L or less. 25 c) After the specified chlorine residual is obtained, the water may then be 26 discharged into the drainage system or utilized by the Contractor. 27 d. Slug Method 28 1) Water from the existing distribution system or other approved source of 29 supply shall be made to flow at a constant rate in the newly laid main. 30 2) At a point not more than 10 feet downstream from the beginning of the new 31 main, water entering the new main shall receive a dose of chlorine. 32 a) Free chlorine concentration: 100 mg/L minimum, or as required by 33 TCEQ, whichever is greater. 34 b) The chlorine shall be applied continuously and for a sufficient time to 35 develop a solid column or “slug” of chlorinated water that shall expose 36 all interior surfaces to the “slug” for at least 3 hours. 37 3) Operate the fittings and valves as the chlorinated water flows past to 38 disinfect the appurtenances. 39 4) Prevent the flow of chlorinated water into mains in active service. 40 5) Flush the heavily chlorinated water from the main and dispose of in a 41 manner and at a location accepted by the City. 42 6) Upon completion, test the chlorine residual remaining in the main. 43 a) Chlorine levels of 4 mg/l or less should be maintained. 44 2. Contractor Requirements 45 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 46 the disinfection method approved by the City with adequate provisions for 47 sampling. 48 b. Make all necessary taps into the main to accomplish chlorination of a new line, 49 unless otherwise specified in the Contract Documents. 50 33 04 40 - 7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 c. After satisfactory completion of the disinfection operation, as determined by 1 the City, remove surplus pipe at the chlorination and sampling points, plug the 2 remaining pipe, backfill and complete all appurtenant work necessary to secure 3 the main. 4 G. Dechlorination 5 1. General. All chlorinated water shall be de-chlorinated before discharge to the 6 environment. Chemical amounts, as listed in ANSI/AWWA C651: “Disinfecting 7 Water Mains”, shall be used to neutralize the residual chlorine concentrations using 8 de-chlorination procedures listed in ANSI/AWWA C655: “Field De-Chlorination”. 9 De-Chlorination shall continue until chlorine residual is non-detectable. 10 2. Testing. Contractor shall continuously test for the chlorine residual level 11 immediately downstream of the de-chlorination process, during the entire discharge 12 of the chlorinated water. Contractor shall periodically conduct chlorine residual 13 testing and check for possible fish kills at locations where discharged water enters 14 the existing watershed. 15 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the 16 distribution system or any other construction activities: 17 a. The Contract shall immediately alter activities to prevent further fish kills. 18 b. The Contractor shall immediately notify Water Department Field Operations 19 Dispatch. 20 c. The Contractor shall coordinate with City to properly notify TCEQ. 21 d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish 22 kills shall be the responsibility of the Contractor. 23 H. Bacteriological Testing (Water Sampling) 24 1. General 25 a. Notify the City when the main is suitable for sampling. 26 b. The City shall then take water samples from a suitable tap for analysis by the 27 City’s laboratory, unless otherwise specified in the Contract Documents. 28 1) No hose or fire hydrant shall be used in the collection of samples. 29 2. Water Sampling 30 a. Complete microbiological sampling prior to connecting the new main into the 31 existing distribution system in accordance with AWWA C651. 32 b. Collect samples for bacteriological analysis in sterile bottles treated with 33 sodium thiosulfate. 34 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 35 from the new main. 36 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 37 (or at the next available sampling point beyond 1,000 linear feet as designated 38 by the City), plus 1 set from the end of the line and at least 1 set from each 39 branch. 40 e. If trench water has entered the new main during construction or, if in the 41 opinion of the City, excessive quantities of dirt or debris have entered the new 42 main, obtain bacteriological samples at intervals of approximately 200 linear 43 feet. 44 f. Obtain samples from water that has stood in the new main for at least 16 hours 45 after formal flushing. 46 3. Repetition of Sampling 47 33 04 40 - 8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 a. Unsatisfactory test results require a repeat of the disinfection process and re-1 sampling as required above until a satisfactory sample is obtained. 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 3.10.E.1.e.- Added service lines to hydrostatic testing requirements 2/6/2013 D Townsend 1.3.A.2.d Added AWWA C655 Field De-Chlorination as reference 3.10.G – Added De-Chlorination Requirement 9 33 05 10 - 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 SECTION 33 05 10 1 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Excavation, Embedment and Backfill for: 6 a. Pressure Applications 7 1) Water Distribution or Transmission Main 8 2) Wastewater Force Main 9 3) Reclaimed Water Main 10 b. Gravity Applications 11 1) Wastewater Gravity Mains 12 2) Storm Sewer Pipe and Culverts 13 3) Storm Sewer Precast Box and Culverts 14 2. Including: 15 a. Excavation of all material encountered, including rock and unsuitable materials 16 b. Disposal of excess unsuitable material 17 c. Site specific trench safety 18 d. Pumping and dewatering 19 e. Embedment 20 f. Concrete encasement for utility lines 21 g. Backfill 22 h. Compaction 23 B. Deviations from this City of Fort Worth Standard Specification 24 1. None. 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1 – General Requirements 29 3. Section 02 41 13 – Selective Site Demolition 30 4. Section 02 41 15 – Paving Removal 31 5. Section 02 41 14 – Utility Removal/Abandonment 32 6. Section 03 30 00 – Cast-in-place Concrete 33 7. Section 03 34 13 – Controlled Low Strength Material (CLSM) 34 8. Section 31 10 00 – Site Clearing 35 9. Section 31 25 00 – Erosion and Sediment Control 36 10. Section 33 05 26 – Utility Markers/Locators 37 11. Section 34 71 13 – Traffic Control 38 1.2 PRICE AND PAYMENT PROCEDURES 39 A. Measurement and Payment 40 33 05 10 - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 1. Trench Excavation, Embedment and Backfill associated with the installation of an 1 underground utility or excavation 2 a. Measurement 3 1) This Item is considered subsidiary to the installation of the utility pipe line 4 as designated in the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item are considered subsidiary to the installation of the utility pipe for the 8 type of embedment and backfill as indicated on the plans. No other 9 compensation will be allowed. 10 2. Imported Embedment or Backfill 11 a. Measurement 12 1) Measured by the cubic yard as delivered to the site and recorded by truck 13 ticket provided to the City 14 b. Payment 15 1) Imported fill shall only be paid when using materials for embedment and 16 backfill other than those identified in the Drawings. The work performed 17 and materials furnished in accordance with pre-bid item and measured as 18 provided under “Measurement” will be paid for at the unit price bid per 19 cubic yard of “Imported Embedment/Backfill” delivered to the Site for: 20 a) Various embedment/backfill materials 21 c. The price bid shall include: 22 1) Furnishing backfill or embedment as specified by this Specification 23 2) Hauling to the site 24 3) Placement and compaction of backfill or embedment 25 3. Concrete Encasement for Utility Lines 26 a. Measurement 27 1) Measured by the cubic yard per plan quantity. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under “Measurement” will be paid for at the unit 31 price bid per cubic yard of “Concrete Encasement for Utility Lines” per 32 plan quantity. 33 c. The price bid shall include: 34 1) Furnishing, hauling, placing and finishing concrete in accordance with 35 Section 03 30 00 36 2) Clean-up 37 4. Ground Water Control 38 a. Measurement 39 1) Measurement shall be lump sum when a ground water control plan is 40 specifically required by the Contract Documents. 41 b. Payment 42 1) Payment shall be per the lump sum price bid for “Ground Water Control” 43 including: 44 a) Submittals 45 b) Additional Testing 46 c) Ground water control system installation 47 d) Ground water control system operations and maintenance 48 e) Disposal of water 49 33 05 10 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 f) Removal of ground water control system 1 5. Trench Safety 2 a. Measurement 3 1) Measured per linear foot of excavation for all trenches that require trench 4 safety in accordance with OSHA excavation safety standards (29 CFR Part 5 1926 Subpart P Safety and Health regulations for Construction) 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under “Measurement” will be paid for at the unit 9 price bid per linear foot of excavation to comply with OSHA excavation 10 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 11 limited to, all submittals, labor and equipment. 12 1.3 REFERENCES 13 A. Definitions 14 1. General – Definitions used in this section are in accordance with Terminologies 15 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 16 noted. 17 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 18 haunching bedding, springline, pipe zone and foundation are defined as shown in 19 the following schematic: 20 21 33 05 10 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 3. Deleterious materials – Harmful materials such as clay lumps, silts and organic 1 material 2 4. Excavated Trench Depth – Distance from the surface to the bottom of the bedding 3 or the trench foundation 4 5. Final Backfill Depth 5 a. Unpaved Areas – The depth of the final backfill measured from the top of the 6 initial backfill to the surface 7 b. Paved Areas – The depth of the final backfill measured from the top of the 8 initial backfill to bottom of permanent or temporary pavement repair 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. ASTM Standards: 14 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 15 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 16 Magnesium Sulfate 17 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 18 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 19 Bridge Construction. 20 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large-21 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 22 f. ASTM D588 – Standard Test method for Moisture-Density Relations of Soil-23 Cement Mixture 24 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 25 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 26 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 27 Place by Sand Cone Method. 28 i. ASTM 2487 – 10 Standard Classification of Soils for Engineering Purposes 29 (Unified Soil Classification System) 30 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 31 and Other Gravity-Flow Applications 32 k. ASTM D2922 – Standard Test Methods for Density of Soils and Soil 33 Aggregate in Place by Nuclear Methods (Shallow Depth) 34 l. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 35 place by Nuclear Methods (Shallow Depth) 36 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 37 Weight of Soils and Calculations of Relative Density 38 3. OSHA 39 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 40 Regulations for Construction, Subpart P - Excavations 41 1.4 ADMINISTRATIVE REQUIREMENTS 42 A. Coordination 43 1. Utility Company Notification 44 a. Notify area utility companies at least 48 hours in advance, excluding weekends 45 and holidays, before starting excavation. 46 33 05 10 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 b. Request the location of buried lines and cables in the vicinity of the proposed 1 work. 2 B. Sequencing 3 1. Sequence work for each section of the pipe installed to complete the embedment 4 and backfill placement on the day the pipe foundation is complete. 5 2. Sequence work such that proctors are complete in accordance with ASTM D698 6 prior to commencement of construction activities. 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to construction. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Shop Drawings 12 1. Provide detailed drawings and explanation for ground water and surface water 13 control, if required. 14 2. Trench Safety Plan in accordance with Occupational Safety and Health 15 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 16 Excavations 17 3. Stockpiled excavation and/or backfill material 18 a. Provide a description of the storage of the excavated material only if the 19 Contract Documents do not allow storage of materials in the right-of-way of the 20 easement. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Storage 26 1. Within Existing Rights-of-Way (ROW) 27 a. Spoil, imported embedment and backfill materials may be stored within 28 existing ROW, easements or temporary construction easements, unless 29 specifically disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 31 25 00. 32 d. Store materials only in areas barricaded as provided in the traffic control plans. 33 e. In non-paved areas, do not store material on the root zone of any trees or in 34 landscaped areas. 35 2. Designated Storage Areas 36 a. If the Contract Documents do not allow the storage of spoils, embedment or 37 backfill materials within the ROW, easement or temporary construction 38 easement, then secure and maintain an adequate storage location. 39 b. Provide an affidavit that rights have been secured to store the materials on 40 private property. 41 c. Provide erosion control in accordance with Section 31 25 00. 42 33 05 10 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 d. Do not block drainage ways. 1 e. Only materials used for 1 working day will be allowed to be stored in the work 2 zone. 3 B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Existing Conditions 6 1. Any data which has been or may be provided on subsurface conditions is not 7 intended as a representation or warranty of accuracy or continuity between soils. It 8 is expressly understood that neither the City nor the Engineer will be responsible 9 for interpretations or conclusions drawn there from by the Contractor. 10 2. Data is made available for the convenience of the Contractor. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 14 2.2 MATERIALS 15 A. Materials 16 1. Utility Sand 17 a. Granular and free flowing 18 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 19 fine aggregate according to ASTM C 33 20 c. Reasonably free of organic material 21 d. Gradation: sand material consisting of durable particles, free of thin or 22 elongated pieces, lumps of clay, loam or vegetable matter and meets the 23 following gradation may be used for utility sand embedment/backfill, and 24 graded with following limits when tested in accordance with ASTM C136.. 25 26 Sieve Size Percent Retained ½” 0 ¼” 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 2. Crushed Rock 27 a. Durable crushed rock or recycled concrete 28 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 29 c. May be unwashed 30 d. Free from significant silt clay or unsuitable materials 31 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 32 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 33 sodium sulfate soundness per ASTM C88 34 33 05 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 3. Fine Crushed Rock 1 a. Durable crushed rock 2 b. Meets the gradation of ASTM D448 size numbers 8 or 89 3 c. May be unwashed 4 d. Free from significant silt clay or unsuitable materials. 5 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 6 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 7 sodium sulfate soundness per ASTM C88 8 4. Ballast Stone 9 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 10 b. May be unwashed 11 c. Free from significant silt clay or unsuitable materials 12 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 13 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 14 sodium sulfate soundness per ASTM C88 15 5. Acceptable Backfill Material 16 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 17 ASTM D2487 18 b. Free from deleterious materials, boulders over 6 inches in size and organics 19 c. Can be placed free from voids 20 d. Must have 20 percent passing the number 200 sieve 21 6. Blended Backfill Material 22 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 23 b. Blended with in-situ or imported acceptable backfill material to meet the 24 requirements of an Acceptable Backfill Material 25 c. Free from deleterious materials, boulders over 6 inches in size and organics 26 d. Must have 20 percent passing the number 200 sieve 27 7. Unacceptable Backfill Material 28 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 29 D2487 30 8. Select Fill 31 a. Classified as SC or CL in accordance with ASTM D2487 32 b. Liquid limit less than 35 33 c. Plasticity index between 8 and 20 34 9. Cement Stabilized Sand (CSS) 35 a. Sand 36 1) Shall be clean, durable sand meeting grading requirements for fine 37 aggregates of ASTM C33 and the following requirements: 38 a) Classified as SW, SP, or SM by the United Soil Classification System 39 of ASTM D2487 40 b) Deleterious materials 41 (1) Clay lumps, ASTM C142, less than 0.5 percent 42 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 43 (3) Organic impurities, ASTM C40, color no darker than standard 44 color 45 (4) Plasticity index of 4 or less when tested in accordance with ASTM 46 D4318. 47 b. Minimum of 4 percent cement content of Type I/II portland cement 48 33 05 10 - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 c. Water 1 1) Potable water, free of soils, acids, alkalis, organic matter or other 2 deleterious substances, meeting requirements of ASTM C94 3 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 4 e. Strength 5 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 6 D1633, Method A 7 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 8 D1633, Method A 9 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 10 that exceeds the maximum compressive strength shall be removed by the 11 Contractor for no additional compensation. 12 f. Random samples of delivered product will be taken in the field at point of 13 delivery for each day of placement in the work area. Specimens will be 14 prepared in accordance with ASTM D1632. 15 10. Controlled Low Strength Material (CLSM) 16 a. Conform to Section 03 34 13 17 11. Trench Geotextile Fabric 18 a. Soils other than ML or OH in accordance with ASTM D2487 19 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 20 2) Fibers shall retain their relative position 21 3) Inert to biological degradation 22 4) Resist naturally occurring chemicals 23 5) UV Resistant 24 6) Mirafi 140N by Tencate, or approved equal 25 b. Soils Classified as ML or OH in accordance with ASTM D2487 26 1) High-tenacity monofilament polypropylene woven yarn 27 2) Percent open area of 8 percent to10 percent 28 3) Fibers shall retain their relative position 29 4) Inert to biological degradation 30 5) Resist naturally occurring chemicals 31 6) UV Resistant 32 7) Mirafi FW402 by Tencate, or approved equal 33 12. Concrete Encasement 34 a. Conform to Section 03 30 00. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL [NOT USED] 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION 40 A. Verification of Conditions 41 1. Review all known, identified or marked utilities, whether public or private, prior to 42 excavation. 43 33 05 10 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 2. Locate and protect all known, identified and marked utilities or underground 1 facilities as excavation progresses. 2 3. Notify all utility owners within the project limits 48 hours prior to beginning 3 excavation. 4 4. The information and data shown in the Drawings with respect to utilities is 5 approximate and based on record information or on physical appurtenances 6 observed within the project limits. 7 5. Coordinate with the Owner(s) of underground facilities. 8 6. Immediately notify any utility owner of damages to underground facilities resulting 9 from construction activities. 10 7. Repair any damages resulting from the construction activities. 11 B. Notify the City immediately of any changed condition that impacts excavation and 12 installation of the proposed utility. 13 3.3 PREPARATION 14 A. Protection of In-Place Conditions 15 1. Pavement 16 a. Conduct activities in such a way that does not damage existing pavement that is 17 designated to remain. 18 1) Where desired to move equipment not licensed for operation on public 19 roads or across pavement, provide means to protect the pavement from all 20 damage. 21 b. Repair or replace any pavement damaged due to the negligence of the 22 contractor outside the limits designated for pavement removal at no additional 23 cost to the City. 24 2. Drainage 25 a. Maintain positive drainage during construction and re-establish drainage for all 26 swales and culverts affected by construction. 27 3. Trees 28 a. When operating outside of existing ROW, stake permanent and temporary 29 construction easements. 30 b. Restrict all construction activities to the designated easements and ROW. 31 c. Flag and protect all trees designated to remain in accordance with Section 31 10 32 00. 33 d. Conduct excavation, embedment and backfill in a manner such that there is no 34 damage to the tree canopy. 35 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 36 specifically allowed by the City. 37 1) Pruning or trimming may only be accomplished with equipments 38 specifically designed for tree pruning or trimming. 39 f. Remove trees specifically designated to be removed in the Drawings in 40 accordance with Section 31 10 00. 41 4. Above ground Structures 42 a. Protect all above ground structures adjacent to the construction. 43 b. Remove above ground structures designated for removal in the Drawings in 44 accordance with Section 02 41 13 45 5. Traffic 46 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 a. Maintain existing traffic, except as modified by the traffic control plan, and in 1 accordance with Section 34 71 13. 2 b. Do not block access to driveways or alleys for extended periods of time unless: 3 1) Alternative access has been provided 4 2) Proper notification has been provided to the property owner or resident 5 3) It is specifically allowed in the traffic control plan 6 c. Use traffic rated plates to maintain access until access is restored. 7 6. Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops 8 a. Notify the City’s Traffic Services Division a minimum of 48 hours prior to any 9 excavation that could impact the operations of an existing traffic signal. 10 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 11 and detector loops. 12 c. Immediately notify the City’s Traffic Services Division if any damage occurs to 13 any component of the traffic signal due to the contractors activities. 14 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 15 cabinets, conduit and detector loops as a result of the construction activities. 16 7. Fences 17 a. Protect all fences designated to remain. 18 b. Leave fence in the equal or better condition as prior to construction. 19 3.4 INSTALLATION 20 A. Excavation 21 1. Excavate to a depth indicated on the Drawings. 22 2. Trench excavations are defined as unclassified. No additional payment shall be 23 granted for rock or other in-situ materials encountered in the trench. 24 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 25 and bracing in accordance with the Excavation Safety Plan. 26 4. The bottom of the excavation shall be firm and free from standing water. 27 a. Notify the City immediately if the water and/or the in-situ soils do not provide 28 for a firm trench bottom. 29 b. The City will determine if any changes are required in the pipe foundation or 30 bedding. 31 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 32 excavation shall not advance beyond the pipe placement so that the trench may be 33 backfilled in the same day. 34 6. Over Excavation 35 a. Fill over excavated areas with the specified bedding material as specified for 36 the specific pipe to be installed. 37 b. No additional payment will be made for over excavation or additional bedding 38 material. 39 7. Unacceptable Backfill Materials 40 a. In -situ soils classified as unacceptable backfill material shall be separated from 41 acceptable backfill materials. 42 b. If the unacceptable backfill material is to be blended in accordance with this 43 Specification, then store material in a suitable location until the material is 44 blended. 45 c. Remove all unacceptable material from the project site that is not intended to be 46 blended or modified. 47 33 05 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 8. Rock – No additional compensation will be paid for rock excavation or other 1 changed field conditions. 2 B. Shoring, Sheeting and Bracing 3 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 4 specific excavation safety system in accordance with Federal and State 5 requirements. 6 2. Excavation protection systems shall be designed according to the space limitations 7 as indicated in the Drawings. 8 3. Furnish, put in place and maintain a trench safety system in accordance with the 9 Excavation Safety Plan and required by Federal, State or local safety requirements. 10 4. If soil or water conditions are encountered that are not addressed by the current 11 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 12 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 13 City. 14 5. Do not allow soil, or water containing soil, to migrate through the Excavation 15 Safety System in sufficient quantities to adversely affect the suitability of the 16 Excavation Protection System. Movable bracing, shoring plates or trench boxes 17 used to support the sides of the trench excavation shall not: 18 a. Disturb the embedment located in the pipe zone or lower 19 b. Alter the pipe’s line and grade after the Excavation Protection System is 20 removed 21 c. Compromise the compaction of the embedment located below the spring line of 22 the pipe and in the haunching 23 C. Water Control 24 1. Surface Water 25 a. Furnish all materials and equipment and perform all incidental work required to 26 direct surface water away from the excavation. 27 2. Ground Water 28 a. Furnish all materials and equipment to dewater ground water by a method 29 which preserves the undisturbed state of the subgrade soils. 30 b. Do not allow the pipe to be submerged within 24 hours after placement. 31 c. Do not allow water to flow over concrete until it has sufficiently cured. 32 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 33 Control Plan if any of the following conditions are encountered: 34 1) A Ground Water Control Plan is specifically required by the Contract 35 Documents 36 2) If in the sole judgment of the City, ground water is so severe that an 37 Engineered Ground Water Control Plan is required to protect the trench or 38 the installation of the pipe which may include: 39 a) Ground water levels in the trench are unable to be maintained below 40 the top of the bedding 41 b) A firm trench bottom cannot be maintained due to ground water 42 c) Ground water entering the excavation undermines the stability of the 43 excavation. 44 d) Ground water entering the excavation is transporting unacceptable 45 quantities of soils through the Excavation Safety System. 46 33 05 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 e. In the event that there is no bid item for a Ground Water Control and the City 1 requires an Engineered Ground Water Control Plan due to conditions 2 discovered at the site, the contractor will be eligible to submit a change order. 3 f. Control of ground water shall be considered subsidiary to the excavation when: 4 1) No Ground Water Control Plan is specifically identified and required in the 5 Contract Documents 6 g. Ground Water Control Plan installation, operation and maintenance 7 1) Furnish all materials and equipment necessary to implement, operate and 8 maintain the Ground Water Control Plan. 9 2) Once the excavation is complete, remove all ground water control 10 equipment not called to be incorporated into the work. 11 h. Water Disposal 12 1) Dispose of ground water in accordance with City policy or Ordinance. 13 2) Do not discharge ground water onto or across private property without 14 written permission. 15 3) Permission from the City is required prior to disposal into the Sanitary 16 Sewer. 17 4) Disposal shall not violate any Federal, State or local regulations. 18 D. Embedment and Pipe Placement 19 1. Water Lines less than, or equal to, 12 inches in diameter: 20 a. The entire embedment zone shall be of uniform material. 21 b. Utility sand shall be generally used for embedment. 22 c. If ground water is in sufficient quantity to cause sand to pump, then use 23 crushed rock as embedment. 24 1) If crushed rock is not specifically identified in the Contract Documents, 25 then crushed rock shall be paid by the pre-bid unit price. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm, uniform bedding. 28 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 29 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 30 proposed grade, unless specifically called for in the Drawings. 31 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 32 more than 12 inches, above the pipe. 33 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 34 the elevation of the valve nut. 35 j. Form all blocking against undisturbed trench wall to the dimensions in the 36 Drawings. 37 k. Compact embedment and initial backfill. 38 l. Place marker tape on top of the initial trench backfill in accordance with 39 Section 33 05 26. 40 2. Water Lines 16-inches through 24-inches in diameter: 41 a. The entire embedment zone shall be of uniform material. 42 b. Utility sand may be used for embedment when the excavated trench depth is 43 less than 15 feet deep. 44 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 45 trench depths 15 feet, or greater. 46 d. Crushed rock shall be used for embedment for steel pipe. 47 e. Provide trench geotextile fabric at any location where crushed rock or fine 48 crushed rock come into contact with utility sand 49 33 05 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 f. Place evenly spread bedding material on a firm trench bottom. 1 g. Provide firm, uniform bedding. 2 1) Additional bedding may be required if ground water is present in the 3 trench. 4 2) If additional crushed rock is required not specifically identified in the 5 Contract Documents, then crushed rock shall be paid by the pre-bid unit 6 price. 7 h. Place pipe on the bedding according to the alignment shown on the Drawings. 8 i. The pipe line shall be within: 9 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 10 lines 11 j. Place and compact embedment material to adequately support haunches in 12 accordance with the pipe manufacturer’s recommendations. 13 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 14 but not more than 12 inches, above the pipe. 15 l. Where gate valves are present, the initial backfill shall extend to up to the valve 16 nut. 17 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 18 ASTM D 698. 19 n. Density test may be performed by City to verify that the compaction of 20 embedment meets requirements. 21 o. Place trench geotextile fabric on top of the initial backfill. 22 p. Place marker tape on top of the trench geotextile fabric in accordance with 23 Section 33 05 26. 24 3. Water Lines 30-inches and greater in diameter 25 a. The entire embedment zone shall be of uniform material. 26 b. Crushed rock shall be used for embedment. 27 c. Provide trench geotextile fabric at any location where crushed rock or fine 28 crushed rock come into contact with utility sand. 29 d. Place evenly spread bedding material on a firm trench bottom. 30 e. Provide firm, uniform bedding. 31 1) Additional bedding may be required if ground water is present in the 32 trench. 33 2) If additional crushed rock is required which is not specifically identified in 34 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 35 price. 36 f. Place pipe on the bedding according to the alignment shown on the Drawings. 37 g. The pipe line shall be within: 38 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 39 h. Place and compact embedment material to adequately support haunches in 40 accordance with the pipe manufacturer’s recommendations. 41 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 42 not exceed the spring line prior to compaction. 43 j. Place remaining embedment, including initial backfill, to a minimum of 6 44 inches, but not more than 12 inches, above the pipe. 45 k. Where gate valves are present, the initial backfill shall extend to up to the valve 46 nut. 47 l. Compact the embedment and initial backfill to 95 percent Standard Proctor 48 ASTM D 698. 49 33 05 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 m. Density test may be performed by City to verify that the compaction of 1 embedment meets requirements. 2 n. Place trench geotextile fabric on top of the initial backfill. 3 o. Place marker tape on top of the trench geotextile fabric in accordance with 4 Section 33 05 26. 5 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 6 a. The entire embedment zone shall be of uniform material. 7 b. Crushed rock shall be used for embedment. 8 c. Place evenly spread bedding material on a firm trench bottom. 9 d. Spread bedding so that lines and grades are maintained and that there are no 10 sags in the sanitary sewer pipe line. 11 e. Provide firm, uniform bedding. 12 1) Additional bedding may be required if ground water is present in the 13 trench. 14 2) If additional crushed rock is required which is not specifically identified in 15 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 16 price. 17 f. Place pipe on the bedding according to the alignment shown in the Drawings. 18 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 19 with the grade shown on the Drawings. 20 h. Place and compact embedment material to adequately support haunches in 21 accordance with the pipe manufacturer’s recommendations. 22 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 23 exceed the spring line prior to compaction. 24 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 25 but not more than 12 inches, above the pipe. 26 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 27 ASTM D 698. 28 l. Density test may be performed by City to verify that the compaction of 29 embedment meets requirements. 30 m. Place trench geotextile fabric on top of the initial backfill. 31 n. Place marker tape on top of the trench geotextile fabric in accordance with 32 Section 33 05 26. 33 5. Storm Sewer (RCP) 34 a. The bedding and the pipe zone up to the spring line shall be of uniform 35 material. 36 b. Crushed rock shall be used for embedment up to the spring line. 37 c. The specified backfill material may be used above the spring line. 38 d. Place evenly spread bedding material on a firm trench bottom. 39 e. Spread bedding so that lines and grades are maintained and that there are no 40 sags in the storm sewer pipe line. 41 f. Provide firm, uniform bedding. 42 1) Additional bedding may be required if ground water is present in the 43 trench. 44 2) If additional crushed rock is required which is not specifically identified in 45 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 46 price. 47 g. Place pipe on the bedding according to the alignment of the Drawings. 48 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 1 with the grade, shown on the Drawings. 2 i. Place embedment material up to the spring line. 3 1) Place embedment to ensure that adequate support is obtained in the haunch. 4 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 5 ASTM D 698. 6 k. Density test may be performed by City to verify that the compaction of 7 embedment meets requirements. 8 l. Place trench geotextile fabric on top of pipe and crushed rock. 9 6. Storm Sewer Reinforced Concrete Box 10 a. Crushed rock shall be used for bedding. 11 b. The pipe zone and the initial backfill shall be: 12 1) Crushed rock, or 13 2) Acceptable backfill material compacted to 95 percent Standard Proctor 14 density 15 c. Place evenly spread compacted bedding material on a firm trench bottom. 16 d. Spread bedding so that lines and grades are maintained and that there are no 17 sags in the storm sewer pipe line. 18 e. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required which is not specifically identified in 22 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 23 price. 24 f. Fill the annular space between multiple boxes with crushed rock, CLSM 25 according to 03 34 13. 26 g. Place pipe on the bedding according to the alignment of the Drawings. 27 h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the 28 grade, shown on the Drawings. 29 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 30 D698. 31 7. Water Services (Less than 2 Inches in Diameter) 32 a. The entire embedment zone shall be of uniform material. 33 b. Utility sand shall be generally used for embedment. 34 c. Place evenly spread bedding material on a firm trench bottom. 35 d. Provide firm, uniform bedding. 36 e. Place pipe on the bedding according to the alignment of the Plans. 37 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 38 8. Sanitary Sewer Services 39 a. The entire embedment zone shall be of uniform material. 40 b. Crushed rock shall be used for embedment. 41 c. Place evenly spread bedding material on a firm trench bottom. 42 d. Spread bedding so that lines and grades are maintained and that there are no 43 sags in the sanitary sewer pipe line. 44 e. Provide firm, uniform bedding. 45 1) Additional bedding may be required if ground water is present in the 46 trench. 47 33 05 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 2) If additional crushed rock is required which is not specifically identified in 1 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 2 price. 3 f. Place pipe on the bedding according to the alignment of the Drawings. 4 g. Place remaining embedment, including initial backfill, to a minimum of 6 5 inches, but not more than 12 inches, above the pipe. 6 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 7 i. Density test may be required to verify that the compaction meets the density 8 requirements. 9 E. Trench Backfill 10 1. At a minimum, place backfill in such a manner that the required in-place density 11 and moisture content is obtained, and so that there will be no damage to the surface, 12 pavement or structures due to any trench settlement or trench movement. 13 a. Meeting the requirement herein does not relieve the responsibility to damages 14 associated with the Work. 15 2. Backfill Material 16 a. Final backfill depth less than 15 feet 17 1) Backfill with: 18 a) Acceptable backfill material 19 b) Blended backfill material, or 20 c) Select backfill material, CSS, or CLSM when specifically required 21 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 22 1) Backfill depth from 0 to15 feet deep 23 a) Backfill with: 24 (1) Acceptable backfill material 25 (2) Blended backfill material, or 26 (3) Select backfill material, CSS, or CLSM when specifically required 27 2) Backfill depth from 15 feet and greater 28 a) Backfill with: 29 (1) Select Fill 30 (2) CSS, or 31 (3) CLSM when specifically required 32 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 33 1) Backfill with: 34 a) Acceptable backfill material, or 35 b) Blended backfill material 36 d. Backfill for service lines: 37 1) Backfill for water or sewer service lines shall be the same as the 38 requirement of the main that the service is connected to. 39 3. Required Compaction and Density 40 a. Final backfill (depths less than 15 feet) 41 1) Compact acceptable backfill material, blended backfill material or select 42 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 43 moisture content within -2 to +5 percent of the optimum moisture. 44 2) CSS or CLSM requires no compaction. 45 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 46 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 47 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 48 moisture. 49 33 05 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 2) CSS or CLSM requires no compaction. 1 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 2 1) Compact acceptable backfill material blended backfill material, or select 3 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 4 moisture content within -2 to +5 percent of the optimum moisture. 5 4. Saturated Soils 6 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 7 optimum moisture content, the soils are considered saturated. 8 b. Flooding the trench or water jetting is strictly prohibited. 9 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 10 Appendix, Contractor shall proceed with Work following all backfill 11 procedures outlined in the Drawings for areas of soil saturation greater than 5 12 percent. 13 d. If saturated soils are encountered during Work but not identified in Drawings or 14 Geotechnical Report in the Appendix: 15 1) The Contractor shall: 16 a) Immediately notify the City. 17 b) Submit a Contract Claim for Extra Work associated with direction from 18 City. 19 2) The City shall: 20 a) Investigate soils and determine if Work can proceed in the identified 21 location. 22 b) Direct the Contractor of changed backfill procedures associated with 23 the saturated soils that may include: 24 (1) Imported backfill 25 (2) A site specific backfill design 26 5. Placement of Backfill 27 a. Use only compaction equipment specifically designed for compaction of a 28 particular soil type and within the space and depth limitation experienced in the 29 trench. 30 b. Flooding the trench or water setting is strictly prohibited. 31 c. Place in loose lifts not to exceed 12 inches. 32 d. Compact to specified densities. 33 e. Compact only on top of initial backfill, undisturbed trench or previously 34 compacted backfill. 35 f. Remove any loose materials due to the movement of any trench box or shoring 36 or due to sloughing of the trench wall. 37 g. Install appropriate tracking balls for water and sanitary sewer trenches in 38 accordance with Section 33 05 26. 39 6. Backfill Means and Methods Demonstration 40 a. Notify the City in writing with sufficient time for the City to obtain samples 41 and perform standard proctor test in accordance with ASTM D698. 42 b. The results of the standard proctor test must be received prior to beginning 43 excavation. 44 c. Upon commencing of backfill placement for the project the Contractor shall 45 demonstrate means and methods to obtain the required densities. 46 d. Demonstrate Means and Methods for compaction including: 47 1) Depth of lifts for backfill which shall not exceed 12 inches 48 2) Method of moisture control for excessively dry or wet backfill 49 33 05 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 3) Placement and moving trench box, if used 1 4) Compaction techniques in an open trench 2 5) Compaction techniques around structure 3 e. Provide a testing trench box to provide access to the recently backfilled 4 material. 5 f. The City will provide a qualified testing lab full time during this period to 6 randomly test density and moisture continent. 7 1) The testing lab will provide results as available on the job site. 8 7. Varying Ground Conditions 9 a. Notify the City of varying ground conditions and the need for additional 10 proctors. 11 b. Request additional proctors when soil conditions change. 12 c. The City may acquire additional proctors at its discretion. 13 d. Significant changes in soil conditions will require an additional Means and 14 Methods demonstration. 15 3.5 REPAIR [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL 18 A. Field Tests and Inspections 19 1. Proctors 20 a. The City will perform Proctors in accordance with ASTM D698. 21 b. Test results will generally be available to within 4 calendar days and distributed 22 to: 23 1) Contractor 24 2) City Project Manager 25 3) City Inspector 26 4) Engineer 27 c. Notify the City if the characteristic of the soil changes. 28 d. City will perform new proctors for varying soils: 29 1) When indicated in the geotechnical investigation in the Appendix 30 2) If notified by the Contractor 31 3) At the convenience of the City 32 e. Trenches where different soil types are present at different depths, the proctors 33 shall be based on the mixture of those soils. 34 2. Density Testing of Backfill 35 a. Density Tests shall be in conformance with ASTM D2922. 36 b. Provide a testing trench protection for trench depths in excess of 5 feet. 37 c. Place, move and remove testing trench protection as necessary to facilitate all 38 test conducted by the City. 39 d. For final backfill depths less than 15 feet and trenches of any depth not under 40 existing or future pavement: 41 1) The City will perform density testing twice per working day when 42 backfilling operations are being conducted. 43 2) The testing lab shall take a minimum of 3 density tests of the current lift in 44 the available trench. 45 e. For final backfill depths 15 feet and greater deep and under existing or future 46 pavement: 47 33 05 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 1) The City will perform density testing twice per working day when 1 backfilling operations are being conducted. 2 2) The testing lab shall take a minimum of 3 density tests of the current lift in 3 the available trench. 4 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 5 f. Make the excavation available for testing. 6 g. The City will determine the location of the test. 7 h. The City testing lab will provide results to Contractor and the City’s Inspector 8 upon completion of the testing. 9 i. A formal report will be posted to the City’s Buzzsaw site within 48 hours. 10 j. Test reports shall include: 11 1) Location of test by station number 12 2) Time and date of test 13 3) Depth of testing 14 4) Field moisture 15 5) Dry density 16 6) Proctor identifier 17 7) Percent Proctor Density 18 3. Density of Embedment 19 a. Storm sewer boxes that are embedded with acceptable backfill material, 20 blended backfill material, cement modified backfill material or select material 21 will follow the same testing procedure as backfill. 22 b. The City may test fine crushed rock or crushed rock embedment in accordance 23 with ASTM D2922 or ASTM 1556. 24 B. Non-Conforming Work 25 1. All non-conforming work shall be removed and replaced. 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 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 33 05 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 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 12/12/16 Z. Arega 2.2.A.1.d Modify gradation for sand material 1 33 05 12 - 1 WATER LINE LOWERING Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 05 12 1 WATER LINE LOWERING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Locations where existing 12-inch or smaller water lines are crossed by a new storm 6 sewer, sanitary sewer or water transmission main and the existing water line is to be 7 lowered under the proposed improvement and no design profile has been provided 8 in the Drawings 9 2. Locations where a new 12-inch or smaller water line is installed and crosses an 10 existing underground conflict which requires the water line to be lowered greater 11 than two feet below the standard depth and has not been detailed in the Drawings 12 3. 16-inch and larger water lines are excluded from this Section and should be 13 specifically designed for lowering and paid for by unit price items 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 18 Contract 19 2. Division 1 – General Requirements 20 3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 21 4. Section 33 05 10 – Utility Trench Excavation, Embedment, and Backfill 22 5. Section 33 11 10 – Ductile Iron Pipe 23 6. Section 33 11 11 – Ductile Fittings 24 7. Section 33 11 12 – Polyvinyl Chloride (PVC) Pressure Pipe 25 8. Section 33 12 25 – Connection to Existing Water Main 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Water Line Lowering 29 a. Measurement 30 1) Measurement for this Item shall be per each by size of each Water Line 31 Lower performed. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item shall be paid for at the unit price bid per each “Water Line Lowering” 35 installed for: 36 a) Various Sizes 37 c. The price bid shall include: 38 1) Furnishing and installing Ductile Iron or PVC Pipe and Ductile Iron 39 Fittings 40 33 05 12 - 2 WATER LINE LOWERING Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) Polyethylene encasement 1 3) Paving removal 2 4) Excavation 3 5) Hauling 4 6) Disposal of excess material 5 7) Furnishing and placement of embedment 6 8) Furnishing, placement, and compaction of backfill 7 9) Thrust restraint 8 10) Bolts and nuts 9 11) Gaskets 10 12) Clean-up 11 13) Cleaning 12 14) Disinfection 13 15) Testing 14 16) Connections to the existing water line 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Texas Commission on Environmental Quality (TCEQ) 21 a. Title 30 Texas Administrative Code (TAC) Chapter 290, Public Drinking 22 Water. 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 34 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 35 A. Materials 36 1. Ductile Iron Pipe shall conform to Section 33 11 10. 37 2. Ductile Iron Fittings with retainer glands shall conform to Section 33 11 11. 38 33 05 12 - 3 WATER LINE LOWERING Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. Polyvinyl Chloride (PVC) pressure Pipe shall conform to Section 33 11 12. 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Evaluation and Assessment 7 1. Verify elevation of conflict which requires the water line to be relocated. 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. General 11 1. Water lines lowered to resolve conflicts between the water line and a proposed 12 utility shall be lowered to maintain a 2-foot separation between the outside 13 diameters of the water line and the other buried utilities. 14 a. When approved by the Water Department, the separation may be reduced to 12-15 inches. 16 b. No exception shall be granted to the criteria in Article 3.4 B of the Section. 17 B. Water Crossing Sanitary Sewer 18 1. Water lines crossing sanitary sewer shall be in accordance with the TCEQ Title 30 19 TAC Chapter 290. 20 C. Water Lines Crossing under Storm Drains 21 1. Water lines crossing within 2 feet below storm drains shall be constructed of 22 Ductile Iron Pipe in accordance with Section 33 11 10. 23 D. Install Ductile Iron Pipe in accordance with Section 33 11 10. 24 E. Install Ductile Iron Fittings with retainer glands in accordance with Section 33 11 11. 25 F. Install Polyvinyl Chloride (PVC) Pressure Pipe in accordance with Section 33 11 12. 26 G. Disinfect and test at the direction of the City. 27 H. Complete connections to the existing main in accordance with Section 33 12 25. 28 33 05 12 - 4 WATER LINE LOWERING Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A – Clarification of when Section is applicable 13 33 05 13 - 1 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 SECTION 33 05 13 1 FRAME, COVER, AND GRADE RINGS – CAST IRON 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary 7 sewer and storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 – General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM) 29 a. ASTM A48 – Standard Specification for Gray Iron Castings 30 b. ASTM A536 - Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials (AASHTO) 33 a. AASHTO M306 – Standard Specification for Drainage, Sewer, Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 33 05 13 - 2 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 1 fabrication for specials. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. All castings shall be cast with: 5 a. Approved foundry’s name 6 b. Part number 7 c. Country of origin 8 2. Provide manufacturer’s: 9 a. Specifications 10 b. Load tables 11 c. Dimension diagrams 12 d. Anchor details 13 e. Installation instructions 14 B. Certificates 15 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 16 designations. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 25 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 26 A. Manufacturers 27 1. Only the manufacturers as listed on the City’s Standard Products List will be 28 considered as shown in Section 01 60 00. 29 a. The manufacturer must comply with this Specification and related Sections. 30 2. Any product that is not listed on the Standard Products List is considered a 31 substitution and shall be submitted in accordance with Section 01 25 00. 32 B. Castings 33 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 34 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 35 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 36 loading with permanent deformation. 37 4. Covers 38 33 05 13 - 3 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 1 frame and cover 2 b. Provide with 2 inch wide pick slots in lieu of pick holes. 3 c. Provide gasket in frame and cover. 4 d. Standard Dimensions 5 1) Sanitary Sewer 6 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 7 cover assemblies unless otherwise specified in the Contract Documents. 8 2) Storm Drain 9 a) Provide a clear opening of 22 1/2 inches for all storm drain frames, 10 inlets and cover assemblies unless otherwise specified in the Contract 11 Documents. 12 b) Provide a minimum clear opening of 30 inches for all storm sewer 13 manholes and junction structures. 14 e. Standard Labels 15 1) Water 16 a) Cast lid with the word “WATER” in 2-inch letters across the lid. 17 2) Sanitary Sewer 18 a) Cast lid with the word “SANITARY SEWER” in 2-inch letters across 19 the lid. 20 3) Storm Drain 21 a) Cast lid with the word “STORM DRAIN” in 2-inch letters across the 22 lid. 23 f. Hinge Covers 24 1) Provide water tight gasket on all hinged covers. 25 2) Water 26 a) Provide hinged covers for all water structures. 27 3) Sanitary Sewer 28 a) Provide hinged covers for all manholes or structures constructed over 29 24-inch sewer lines and larger and for manholes where rim elevations 30 are greater than 12 inches above the surface. 31 C. Grade Rings 32 1. Provide grade rings in sizes from 2-inch up to 8-inch. 33 2. Use concrete in traffic loading areas. 34 3. In non-traffic areas concrete or HDPE can be used. 35 D. Joint Sealant 36 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 37 form. 38 2. Provide sealant that is not dependant on a chemical action for its adhesive 39 properties or cohesive strength. 40 33 05 13 - 4 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 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 [NOT USED] 6 3.4 INSTALLATION 7 A. Grade Rings 8 1. Place as shown in the water and sanitary sewer City Standard Details. 9 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 10 3. Seal each grade ring with sealant specified in this Specification and as shown on the 11 City Standard Details. 12 B. Frame and Cover 13 1. Water 14 a. For water structures install frame, cover and grade rings in accordance with 15 applicable City Standard Detail. 16 2. Sanitary Sewer 17 a. For sanitary sewer structures install frame, cover and grade rings in accordance 18 with applicable City Standard Detail. 19 3. Storm Drain 20 a. For storm drain structures install frame, cover and grade rings in accordance 21 with applicable City Standard Detail. 22 4. Hinge Cover 23 a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain 24 and where specified on the Drawings. 25 C. Joint Sealing 26 1. Seal frame, grade rings and structure with specified sealant. 27 D. Concrete Collar 28 1. Provide concrete collar around all frame and cover assemblies. 29 33 05 13 - 5 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F. Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 ½ inches rather than 19 ¾ inches. 1/22/2016 F. Griffin Part 2-2.2-B-4-d-2-a., Cover size updated to 30 inches to match Detail 33 05 16- D417. 8/30/2017 W. Norwood Change specification name to add Cast Iron 13 33 05 14 - 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 05 14 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 2 GRADE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 7 stations and other miscellaneous structures to a new grade 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 – General Requirements 14 3. Section 32 01 17 – Permanent Asphalt paving Repair 15 4. Section 32 01 29 – Concrete Paving Repair 16 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 6. Section 33 05 13 – Frame, Cover and Grade Rings 18 7. Section 33 39 10 – Cast-in-Place Concrete Manholes 19 8. Section 33 39 20 – Precast Concrete Manholes 20 9. Section 33 12 20 – Resilient Seated (Wedge) Gate Valve 21 10. Section 33 12 21 – AWWA Rubber-Seated Butterfly Valve 22 11. Section 33 04 11 – Corrosion Control Test Station 23 12. Section 33 04 12 – Magnesium Anode Cathodic Protection System 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Manhole – Minor Adjustment 27 a. Measurement 28 1) Measurement for this Item shall be per each adjustment using only grade 29 rings or other minor adjustment devices to raise or lower a manhole to a 30 grade as specified on the Drawings. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item will be paid for at the unit price bid per each “Manhole Adjustment, 34 Minor” completed. 35 c. The price bid shall include: 36 1) Pavement removal 37 2) Excavation 38 3) Hauling 39 4) Disposal of excess material 40 33 05 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 5) Grade rings or other adjustment device 1 6) Reuse of the existing manhole frame and cover 2 7) Furnishing, placing and compaction of embedment and backfill 3 8) Concrete base material 4 9) Permanent asphalt patch or concrete paving repair, as required 5 10) Clean-up 6 2. Manhole - Major Adjustment 7 a. Measurement 8 1) Measurement for this Item shall be per each adjustment requiring structural 9 modifications to raise or lower a manhole to a grade as specified on the 10 Drawings. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item will be paid for at the unit price bid per each “Manhole Adjustment, 14 Major” completed. 15 c. The price bid shall include: 16 1) Pavement removal 17 2) Excavation 18 3) Hauling 19 4) Disposal of excess material 20 5) Structural modifications, grade rings or other adjustment device 21 6) Reuse of the existing manhole frame and cover 22 7) Furnishing, placing and compaction of embedment and backfill 23 8) Concrete base material 24 9) Permanent asphalt patch or concrete paving repair, as required 25 10) Clean-up 26 3. Manhole - Major Adjustment with Frame and Cover 27 a. Measurement 28 1) Measurement for this Item shall be per each adjustment requiring structural 29 modifications to raise or lower a manhole to a grade specified on the 30 Drawings or structural modifications for a manhole requiring a new frame 31 and cover, often for changes to cover diameter. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each “Manhole Adjustment, 35 Major w/ Cover” completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material 41 5) Structural modifications, grade rings or other adjustment device 42 6) Frame and cover 43 7) Furnishing, placing and compaction of embedment and backfill 44 8) Concrete base material 45 9) Permanent asphalt patch or concrete paving repair, as required 46 10) Clean-up 47 4. Inlet 48 a. Measurement 49 33 05 14 - 3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Measurement for this Item shall be per each adjustment requiring structural 1 modifications to inlet to a grade specified on the Drawings. 2 b. Payment 3 1) The work performed and the materials furnished in accordance with this 4 Item will be paid for at the unit price bid per each “Inlet Adjustment” 5 completed. 6 c. The price bid shall include: 7 1) Pavement removal 8 2) Excavation 9 3) Hauling 10 4) Disposal of excess material 11 5) Structural modifications 12 6) Furnishing, placing and compaction of embedment and backfill 13 7) Concrete base material, as required 14 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 15 required 16 9) Clean-up 17 5. Valve Box 18 a. Measurement 19 1) Measurement for this Item shall be per each adjustment to a grade specified 20 on the Drawings. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item will be paid for at the unit price bid per each “Valve Box Adjustment” 24 completed. 25 c. The price bid shall include: 26 1) Pavement removal 27 2) Excavation 28 3) Hauling 29 4) Disposal of excess material 30 5) Adjustment device 31 6) Furnishing, placing and compaction of embedment and backfill 32 7) Concrete base material, as required 33 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 34 required 35 9) Clean-up 36 6. Cathodic Protection Test Station 37 a. Measurement 38 1) Measurement for this Item shall be per each adjustment to a grade specified 39 on the Drawings. 40 b. Payment 41 1) The work performed and the materials furnished in accordance with this 42 Item will be paid for at the unit price bid per each “Cathodic Protection 43 Test Station Adjustment” completed. 44 c. The price bid shall include: 45 1) Pavement removal 46 2) Excavation 47 3) Hauling 48 4) Disposal of excess material 49 33 05 14 - 4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 5) Adjustment device 1 6) Furnishing, placing and compaction of embedment and backfill 2 7) Concrete base material, as required 3 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 4 required 5 9) Clean-up 6 7. Fire Hydrant 7 a. Measurement 8 1) Measurement for this Item shall be per each adjustment requiring stem 9 extensions to meet a grade specified by the Drawings. 10 b. Payment 11 1) The work performed and the materials furnished in accordance with this 12 Item will be paid for at the unit price bid per each “Fire Hydrant Stem 13 Extension” completed. 14 c. The price bid shall include: 15 1) Pavement removal 16 2) Excavation 17 3) Hauling 18 4) Disposal of excess material 19 5) Adjustment materials 20 6) Furnishing, placing and compaction of embedment and backfill 21 7) Concrete base material, as required 22 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 23 required 24 9) Clean-up 25 8. Miscellaneous Structure This Item is intended for a unique structure. Bid Item 26 should include details to identify the specific structure (i.e. Miscellaneous Structure 27 Adjustment, Sta. 1+00) 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment requiring structural 30 modifications to said structure to a grade specified on the Drawings. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item will be paid for at the unit price bid per each “Miscellaneous Structure 34 Adjustment” completed. 35 c. The price bid shall include: 36 1) Pavement removal 37 2) Excavation 38 3) Hauling 39 4) Disposal of excess material 40 5) Structural modifications 41 6) Furnishing, placing and compaction of embedment and backfill 42 7) Concrete base material 43 8) Permanent asphalt patch or concrete paving repair, as required 44 9) Clean-up 45 1.3 REFERENCES 46 A. Definitions 47 1. Minor Adjustment 48 33 05 14 - 5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Refers to a small elevation change performed on an existing manhole where the 1 existing frame and cover are reused. 2 2. Major Adjustment 3 a. Refers to a significant elevation change performed on an existing manhole 4 which requires structural modification or when a 24-inch ring is changed to a 5 30-inch ring. 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. Texas Commission on Environmental Quality (TCEQ): 11 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 – Manholes and 12 Related Structures. 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 24 2.2 MATERIALS 25 A. Cast-in-Place Concrete 26 1. See Section 03 30 00. 27 B. Modifications to Existing Concrete Structures 28 1. See Section 03 80 00. 29 C. Grade Rings 30 1. See Section 33 05 13. 31 D. Frame and Cover 32 1. See Section 33 05 13. 33 E. Backfill material 34 1. See Section 33 05 10. 35 33 05 14 - 6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 F. Water valve box extension 1 1. See Section 33 12 20. 2 G. Corrosion Protection Test Station 3 1. See Section 33 04 11. 4 H. Cast-in-Place Concrete Manholes 5 1. See Section 33 39 10. 6 I. Precast Concrete Manholes 7 1. See Section 33 39 20. 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 13 A. Verification of Conditions 14 1. Examine existing structure to be adjusted, for damage or defects that may affect 15 grade adjustment. 16 a. Report issue to City for consideration before beginning adjustment. 17 3.3 PREPARATION 18 A. Grade Verification 19 1. On major adjustments confirm any grade change noted on Drawings is consistent 20 with field measurements. 21 a. If not, coordinate with City to verify final grade before beginning adjustment. 22 3.4 ADJUSTMENT 23 A. Manholes, Inlets, and Miscellaneous Structures 24 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 25 30-inch frame and cover assembly per TCEQ requirement. 26 2. On manhole major adjustments, inlets and miscellaneous structures protect the 27 bottom using wood forms shaped to fit so that no debris blocks the invert or the 28 inlet or outlet piping in during adjustments. 29 a. Do not use any more than a 2-piece bottom. 30 3. Use the least number of grade rings necessary to meet required grade. 31 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 32 rings. 33 b. The maximum height of adjustment shall be no more than 12 inches for any 34 combination of grade rings. If 12 inches is required, use 3 – 4 inch rings. 35 B. Valve Boxes 36 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 37 the Drawings. 38 33 05 14 - 7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 C. Backfill and Grading 1 1. Backfill area of excavation surrounding each adjustment in accordance to Section 2 33 05 10. 3 D. Pavement Repair 4 1. If required pavement repair is to be performed in accordance with Section 32 01 17 5 or Section 32 01 29. 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 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 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A – Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 – Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings 18 33 05 17 - 1 CONCRETE COLLARS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 05 17 1 CONCRETE COLLARS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Concrete Collars for Manholes 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 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 03 30 00 – Cast-In -Place Concrete 13 4. Section 03 80 00 – Modifications to Existing Concrete Structures 14 5. Section 33 05 13 – Frame, Cover, and Grade Rings 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Manhole 18 a. Measurement 19 1) Measurement for this Item shall be per each. 20 b. Payment 21 1) The work performed and the materials furnished in accordance with this 22 Item shall be paid for at the unit price bid per each “Concrete Collar” 23 installed. 24 c. The price bid will include: 25 1) Concrete Collar 26 2) Excavation 27 3) Forms 28 4) Reinforcing steel (if required) 29 5) Concrete 30 6) Backfill 31 7) Pavement removal 32 8) Hauling 33 9) Disposal of excess material 34 10) Placement and compaction of backfill 35 11) Clean-up 36 12) Additional pavement around perimeter of concrete collar as required for 37 rim adjustment on existing manhole. 38 39 33 05 17 - 2 CONCRETE COLLARS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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. ASTM International (ASTM): 6 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 7 b. D4259, Standard Practice for Abrading Concrete. 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS [NOT USED] 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-SUPPLIEDPRODUCTS [NOT USED] 19 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 20 A. Materials 21 1. Concrete – Conform to Section 03 30 00. 22 2. Reinforcing Steel – Conform to Section 03 21 00. 23 3. Frame and Cover – Conform to Section 33 05 13. 24 4. Grade Ring – Conform to Section 33 05 13. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION 30 A. Evaluation and Assessment 31 1. Verify lines and grades are in accordance to the Drawings. 32 33 05 17 - 3 CONCRETE COLLARS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3.3 PREPARATION [NOT USED] 1 3.4 INSTALLATION 2 A. Final Rim Elevation 3 1. Install concrete grade rings for height adjustment. 4 a. Construct grade ring on load bearing shoulder of manhole. 5 b. Use sealant between rings as shown on Drawings. 6 2. Set frame on top of manhole or grade rings using continuous water sealant. 7 3. Remove debris, stones and dirt to ensure a watertight seal. 8 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 9 final surface elevation of the manhole frame. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 22 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.2 – Blue text added to clarify where concrete collars are to be installed. 23 33 05 22 - 1 STEEL CASING PIPE Page 1 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 05 22 1 STEEL CASING PIPE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 6 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 7 on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 – General Requirements 14 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 15 4. Section 33 05 20 – Auger Boring 16 5. Section 33 05 23 – Hand Tunneling 17 6. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Open Cut 21 a. Measurement 22 1) Measured horizontally along the surface for length of Steel Casing Pipe 23 installed 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 “Casing, By Open Cut” installed for: 28 a) Various Sizes 29 c. The price bid shall include: 30 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 31 2) Mobilization 32 3) Pavement removal 33 4) Excavation 34 5) Hauling 35 6) Disposal of excess material 36 7) Furnishing, placement, and compaction of embedment 37 8) Furnishing, placement, and compaction of backfill 38 9) Clean-up 39 2. By Other than Open Cut 40 a. Measurement 41 33 05 22 - 2 STEEL CASING PIPE Page 2 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Measured horizontally along the surface for length of Steel Casing Pipe 1 installed 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 linear foot of “Casing/Tunnel Liner Plate, By Other than Open 6 Cut” installed for: 7 a) Various Sizes 8 2) The work performed and materials furnished in accordance with this Item 9 and measured as provided under “Measurement” will be paid for at the unit 10 price bid per linear foot of “Casing, By Other than Open Cut” installed for: 11 a) Various Sizes 12 c. The price bid shall include: 13 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 14 2) Mobilization 15 3) Launching shaft 16 4) Receiving shaft 17 5) Pavement removal 18 6) Excavation 19 7) Hauling 20 8) Disposal of excess material 21 9) Furnishing, placement, and compaction of backfill 22 10) Clean-up 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM): 29 a. A139, Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe 30 (NPS Sizes 4 and Over). 31 3. American Water Works Association (AWWA): 32 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 33 Enamel and Tape - Hot Applied. 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 01 33 00. 37 B. All submittals shall be approved by the City prior to delivery. 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Product Data 40 1. Exterior Coating 41 a. Material data 42 b. Field touch-up procedures 43 2. Interior Coating 44 33 05 22 - 3 STEEL CASING PIPE Page 3 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Material data 1 b. Field touch-up procedures 2 B. Shop Drawings 3 1. No shop drawings required for Auger Boring 4 2. For Tunneling, provide the following: 5 a. Furnish details for Steel Casing Pipe outlining the following: 6 1) Grout/lubrication ports 7 2) Joint details 8 3) Other miscellaneous items for furnishing and fabricating pipe 9 b. Submit calculations in a neat, legible format that is sealed by a Licensed 10 Professional Engineer in Texas, consistent with the information provided in the 11 geotechnical report, and includes: 12 1) Calculations confirming that pipe jacking capacity is adequate to resist the 13 anticipated jacking loads for each crossing with a minimum factor of safety 14 of 2 15 2) Calculations confirming that pipe capacity is adequate to safely support all 16 other anticipated loads, including earth and groundwater pressures, 17 surcharge loads, and handling loads 18 3) Calculations confirming that jointing method will support all loading 19 conditions 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 A. Delivery, Handling, and Storage 25 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 26 as recommended by the manufacturer, for protection during shipping and storage. 27 2. Deliver, handle and store pipe in accordance with the Manufacturer's 28 recommendations to protect coating systems. 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 33 2.2 MATERIALS 34 A. Design Criteria 35 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or 36 exceeds the design requirements of this Specification and that is specifically 37 designed for installation by the intended trenchless method. 38 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: 39 33 05 22 - 4 STEEL CASING PIPE Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Design of the casing pipe shall account for all installation and service loads 1 including: 2 1) Jacking loads 3 2) External groundwater and earth loads 4 3) Traffic loads 5 4) Practical consideration for handling, shipping and other construction 6 operations 7 5) Any other live or dead loads reasonably anticipated 8 b. Design shall be sealed and signed by a registered Professional Engineer 9 licensed in the State of Texas. 10 c. The allowable jacking capacity shall not exceed 50 percent of the minimum 11 steel yield stress. 12 3. Steel Casing Pipe shall have a minimum wall thickness as follows: 13 14 Casing Pipe Diameter (inches) Minimum Wall Thickness (inches) 14 – 18 .3125 (5/16) 20 – 24 .375 (3/8) 26 – 32 .5 (1/2) 34 – 42 .625 (5/8) 44 – 48 .6875 (11/16) Greater than 48 Project specific design 15 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 16 install the required carrier pipe with casing spacers as required in Section 33 05 24. 17 a. Allowable casing diameters are shown on the Drawings for each crossing. 18 5. Furnish in lengths that are compatible with Contractor’s shaft sizes and allowable 19 work areas. 20 6. Random segments of pipe will not be permitted for straight runs of casing. 21 a. Closing piece segments, however, shall be acceptable. 22 7. When required by installation method, provide grout/lubricant ports along the pipe 23 at intervals of 10 feet or less. 24 a. Ports and fittings shall be attached to the pipe in a manner that will not 25 materially affect the strength of the pipe nor interfere with installation of carrier 26 pipe. 27 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be 28 capable of withstanding all external and internal pressures and loads without 29 leaking. 30 B. Materials 31 1. Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B. 32 2. Dimensional Tolerances 33 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 34 compatible with performance requirements and proposed installation methods 35 that meet or exceed the specific requirements below: 36 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 37 nominal wall thickness. 38 33 05 22 - 5 STEEL CASING PIPE Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 1 circumference, whichever is less. 2 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 3 diameter. 4 4) Roundness such that the difference between the major and minor outside 5 diameters shall not exceed 0.5 percent of the specified nominal outside 6 diameter or 1/4 inch, whichever is less. 7 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot 8 length. 9 3. All steel pipe shall have square ends. 10 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 11 a true plane perpendicular to the axis of the pipe and passing through the center 12 of the pipe at the end. 13 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 14 the outside to an angle of 35 degrees with a tolerance of ± 2½ degrees and with 15 a width of root face 1/16 inch ± 1/32 inch. 16 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. 17 a. All girth weld seams shall be ground flush. 18 C. Finishes 19 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in 20 accordance with the requirements of AWWA C203. 21 a. Touch up after field welds shall provide coating equal to those specified above. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 30 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with 31 Section 33 05 10. 32 1. Steel Casing Pipe connections shall be achieved by full penetration field butt 33 welding or an integral machine press-fit connection (Permalok or equal) prior to 34 installation of the pipe, depending on the type of carrier pipe. 35 2. Allowable joint types for each crossing are shown on the Drawings. 36 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 37 steel pipe is acceptable. 38 4. Integral machined press-fit connections shall be installed in accordance with the 39 manufacturer’s installation procedures and recommendations. 40 33 05 22 - 6 STEEL CASING PIPE Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 1 Section 33 05 24. 2 C. Contact grouting of the annulus outside the casing pipe shall be performed in 3 accordance with Section 33 05 23 or Section 33 05 20. 4 3.5 REPAIR / RESTORATION [NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.A – Formatting modified to apply thickness requirements for all casing installation methods 17 33 05 24 - 1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 SECTION 33 05 24 1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 6 plate at locations shown on the Drawings 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 – General Requirements 13 3. Section 33 01 30 – Sewer and Manhole Testing 14 4. Section 33 11 13 - Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 18 a. Measurement 19 1) Measured horizontally along the surface from centerline to centerline of the 20 beginning of the casing/liner to the end of the casing/liner 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under “Measurement” shall be paid for at the 24 unit price bid per linear foot for “Sewer Carrier Pipe” complete in place for: 25 a) Various Sizes 26 c. The price bid shall include: 27 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 28 Liner Plate as specified by the Drawings 29 2) Mobilization 30 3) Grout 31 4) Casing Spacers 32 5) End seals 33 6) Excavation 34 7) Hauling 35 8) Disposal of excess material 36 9) Clean-up 37 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 38 a. Measurement 39 1) Measured horizontally along the surface from centerline to centerline of the 40 beginning of the casing/liner to the end of the casing/liner Payment 41 33 05 24 - 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 b. Payment 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under “Measurement” shall be paid for at the 3 unit price bid per linear foot for “Water Carrier Pipe” complete in place for: 4 a) Various Sizes 5 c. The price bid shall include: 6 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 7 as specified by the Drawings 8 2) Mobilization 9 3) Grout 10 4) Joint restraint 11 5) Casing Spacers 12 6) End seals 13 7) Excavation 14 8) Hauling 15 9) Disposal of excess material 16 10) Clean-up 17 1.3 REFERENCES 18 A. Definitions 19 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 20 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 21 ground and provides a stable underground excavation for installation of the carrier 22 pipe 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Society of Testing and Materials (ASTM) 28 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 29 Specimens. 30 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 31 Mortars (Using 2-in or [50 mm] Cube Specimens). 32 c. D638, Standard Test Method for Tensile Properties of Plastics. 33 3. International Organization for Standardization (ISO): 34 a. 9001, Quality Management Systems - Requirements. 35 4. Occupational Safety and Health Administration (OSHA) 36 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 37 1926, Subpart S, Underground Construction and Subpart P, Excavation. 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the City prior to delivery. 42 33 05 24 - 3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1 A. Product Data 2 1. Casing Isolators/Spacers 3 a. Material Data 4 2. Grout Mix 5 a. Material Data 6 B. Shop Drawings 7 1. Required for 24-inch and larger pipe installations 8 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 9 construction methods to be employed. 10 3. Casing Spacers/Isolators 11 a. Detail drawings and manufacturer’s information for the casing isolators/spacers 12 that will be used. 13 1) Include dimension and component materials and documentation of 14 manufacturer’s ISO 9001:2000 certification. 15 b. Alternatives to casing spacers/isolators may be allowed by the City on a case-16 by-case basis. 17 c. For consideration of alternate method, submit a detailed description of method 18 including details. 19 4. End seal or bulkhead designs and locations for casing/liners. 20 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 21 Plan and Methods including: 22 a. Grouting methods 23 b. Details of equipment 24 c. Grouting procedures and sequences including: 25 1) Injection methods 26 2) Injection pressures 27 3) Monitoring and recording equipment 28 4) Pressure gauge calibration data 29 5) Materials 30 d. Grout mix details including: 31 1) Proportions 32 2) Admixtures including: 33 a) Manufacturer’s literature 34 b) Laboratory test data verifying the strength of the proposed grout mix 35 c) Proposed grout densities 36 d) Viscosity 37 e) Initial set time of grout 38 (1) Data for these requirements shall be derived from trial batches from 39 an approved testing laboratory. 40 e. Submit a minimum of 3 other similar projects where the proposed grout mix 41 design was used. 42 f. Submit anticipated volumes of grout to be pumped for each application and 43 reach grouted. 44 g. For pipe installations greater than 36-inches, without hold down jacks or a 45 restrained spacer, provide buoyant force calculations during grouting and 46 measures to prevent flotation. 47 33 05 24 - 4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 1) Calculations sealed by a licensed Engineer in the State of Texas. 1 h. Description of methods and devices to prevent buckling of carrier pipe during 2 grouting of annular space, if required 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Certifications 7 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 8 ISO9001:2000. 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed on the City’s Standard Products List will be 17 considered as shown in Section 01 60 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 01 25 00. 21 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 22 regularly engaged in the manufacturing of casing spacers/isolators. 23 B. Design Criteria and Materials 24 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 25 indicated in PART 3 of this Specification, incorporating all support/insulator 26 dimensions required. 27 Diameter (inches) Material Specification Reference Water Line 6-12 DIP (Restrained) 33 11 10 16-20 DIP (Restrained) AWWA C303 (Restrained) 33 11 10 33 11 13 24 and greater DIP (Restrained) AWWA C303 (Restrained) AWWA C301 (Restrained) 33 11 10 33 11 13 33 11 15 Sanitary Sewer Line 8-16 DIP (with Ceramic Epoxy) PVC C900 DR14 33 11 10 33 31 20 18 and greater DIP (with Ceramic Epoxy) Fiberglass 33 11 10 33 31 13 33 05 24 - 5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 2. Grout of annular space 1 a. For gravity sewer carrier pipe installation: 2 1) Fill all voids between the carrier pipe and the casing or liner with grout. 3 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 4 shall be in contact with the grout. 5 b. For water line installation: 6 1) No annular space fill will be used. 7 3. Grout Mixes 8 a. Low Density Cellular Grout (LDCC) 9 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be 10 LDCC. 11 2) The LDCC shall be portland cement based grout mix with the addition of a 12 foaming agent designed for this application. 13 3) Develop 1 or more grout mixes designed to completely fill the annular 14 space based on the following requirements: 15 a) Provide adequate retardation to completely fill the annular space in 1 16 monolithic pour. 17 b) Provide less than 1 percent shrinkage by volume. 18 c) Compressive Strength 19 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 20 d) Design grout mix with the proper density and use proper methods to 21 prevent floating of the carrier pipe. 22 e) Proportion grout to flow and to completely fill all voids between the 23 carrier pipe and the casing or liner. 24 4. End Seals 25 a. Provide end seals at each end of the casing or liner to contain the grout backfill 26 or to close the casing/liner ends to prevent the inflow of water or soil. 27 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 28 PL Link Seal as manufactured by the Thunderline Corporation or approved 29 equal. 30 2) For water piping 24-inch diameter and greater, use pull-on, 1/8 inch thick, 31 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 32 Insulator, Inc. or approved equal. 33 3) For sewer piping, no end seals are required since the annular space between 34 the carrier pipe and the casing will be grouted. 35 b. Design end seals to withstand the anticipated soil or grouting pressure and be 36 watertight to prevent groundwater from entering the casing. 37 5. Casing Spacers/Insulators 38 a. Provide casing spacers/insulators to support the carrier pipe during installation 39 and grouting (where grout is used). 40 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 41 spacers/isolators. 42 2) Mortar bands shall be in accordance with Section 33 11 13. 43 b. Casing Spacers/Isolators material and properties: 44 1) Shall be minimum 14 gage 45 2) For water pipe, utilize Stainless Steel. 46 3) For sewer pipe, utilize Coated Steel. 47 4) Suitable for supporting weight of carrier pipe without deformation or 48 collapse during installation 49 33 05 24 - 6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 c. Provide restrained-style casing spacers to hold all pipes stable during grouting 1 operations and prevent floating or movement. 2 d. Provide dielectric strength sufficient to electrically isolate each component 3 from one another and from the casing. 4 e. Design risers for appropriate loads, and, as a minimum: 5 1) Provide 10 gage steel risers 6 a) Provide stainless steel bands and risers for water installations. 7 f. Band material and criteria 8 1) Provide polyvinyl chloride inner liner with: 9 a) Minimum thickness of 0.09 inches 10 b) Durometer “A” of 85-90 hardness 11 c) Minimum dielectric strength of 58,000 volts 12 g. Runner material and criteria 13 1) Provide pressure-molded glass reinforced polymer or UHMW with: 14 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 15 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 16 steel studs. 17 3) Runner studs and nuts shall be recessed well below the wearing surface of 18 the runner 19 a) Fill recess with a corrosion inhibiting filler. 20 h. Riser height 21 1) Provide sufficient height with attached runner allow a minimum clearance 22 of 2 inches between the outside of carrier pipe bells or couplings and the 23 inside of the casing liner surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. General 32 1. Carrier pipe installation shall not begin until the following tasks have been 33 completed: 34 a. All required submittals have been provided, reviewed and accepted. 35 b. All casing/liner joints are watertight and no water is entering casing or liner 36 from any sources. 37 c. All contact grouting is complete. 38 d. Casing/liner alignment record drawings have been submitted and accepted by 39 City to document deviations due to casing/liner installation. 40 e. Site safety representative has prepared a code of safe practices and an 41 emergency plan in accordance with applicable requirements. 42 33 05 24 - 7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 2. The carrier pipe shall be installed within the casings or liners between the limits 1 indicated on the Drawings, to the specified lines and grades and utilizing methods 2 which include due regard for safety of workers, adjacent structures and 3 improvements, utilities and the public. 4 B. Control of Line and Grade 5 1. Install Carrier pipe inside the steel casing within the following tolerances: 6 a. Horizontal 7 1) ± 2 inches from design line 8 b. Vertical 9 1) ±1 inch from design grade 10 2. Check line and grade set up prior to beginning carrier pipe installation. 11 3. Perform survey checks of line-and-grade of carrier pipe during installation 12 operations. 13 4. The Contractor is fully responsible for the accuracy of the installation and the 14 correction of it, as required. 15 a. Where the carrier pipe installation does not satisfy the specified tolerances, 16 correct the installation, including if necessary, redesign of the pipe or structures 17 at no additional cost to City. 18 C. Installation of Carrier Pipe 19 1. Pipe Installation 20 a. Remove all loose soil from casing or liner. 21 b. Grind smooth all rough welds at casing joints. 22 2. Installation of Casing Spacers 23 a. Provide casing spacers, insulators or other approved devices to prevent 24 flotation, movement or damage to the pipe during installation and grout backfill 25 placement. 26 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 27 casings or tunnels. 28 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 29 insulators and pipe insertion. 30 d. Install spacers in accordance with manufacturer’s recommendations. 31 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 32 and the casing. 33 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 34 the casing/liner in a manner that could damage the pipe or coatings. 35 1) If guide rails are allowed, place cement mortar on both sides of the rails. 36 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 37 lubricant to minimize friction when installing the carrier pipe. 38 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 39 casing. 40 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 41 firm, uniform and continuous support for the pipe. If the trench requires some 42 backfill to establish the final trench bottom grade, place the backfill material in 43 6-inch lifts and compact each layer. 44 j. After the casing or tunnel liner has been placed, pump dry and maintain dry 45 until the casing spacers and end seals are installed. 46 3. Insulator Spacing 47 33 05 24 - 8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 a. Maximum distance between spacers is to be 6 feet. 1 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 2 1) Install 2 spacers within 1 foot on each side of the bell or flange. 3 2) Remaining 2 spacers shall be spaced equally. 4 c. If the casing or pipe is angled or bent, reduce the spacing. 5 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 6 of size of casing and pipe or type of spacer used. 7 e. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the 8 spigot into the bell. 9 4. After installation of the carrier pipe: 10 a. Mortar inside and outside of the joints, as applicable 11 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 12 1) If continuity exists, remedy the short, by all means necessary including 13 removing and reinstalling the carrier pipe, prior to applying cellular grout. 14 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 15 casing. 16 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 17 of pipe will only be allowed after grouting of annular space is complete. 18 D. Installation of End Seals 19 1. For Water Pipes 20 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 21 b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 22 casing. Securely fasten with stainless steel bands. 23 2. For Sewer Pipes 24 a. Grout annular space between carrier pipe and casing as indicated in this 25 Specification. 26 E. Annular Space Grouting (For Sewer Only) 27 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 28 operation as necessary. 29 2. Mixing of Grout 30 a. Mix material in equipment of sufficient size to provide the desired amount of 31 grout material for each stage in a single operation. 32 1) The equipment shall be capable of mixing the grout at the required densities 33 for the approved procedure and shall be capable of changing the densities 34 as required by field conditions. 35 3. Backfill Annular Space with Grout 36 a. Prior to filling of the annular space, test the carrier pipe in accordance with 37 Section 33 01 30. 38 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 39 do not exceed this pressure. 40 c. After the installation of the carrier pipe, the remaining space (all voids) between 41 the casing/liner and the carrier shall be filled with LDCC grout. 42 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 43 be in contact with the grout. 44 2) Grout shall be pumped through a pipe or hose. 45 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 46 pipe during grouting. 47 33 05 24 - 9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 4. Injection of LDCC Grout 1 a. Grout injection pressure shall not exceed the carrier pipe manufacturer’s 2 approved recommendations or 5 psi (whichever is lower). 3 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 4 velocity and pressure compatible with the size/volume of the annular space. 5 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 6 grouting procedures require multiple stages. 7 d. Grout placements shall not be terminated until the estimated annular volume of 8 grout has been injected. 9 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 10 6. Protect and preserve the interior surfaces of the casing from damage. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL 14 A. Reports and Records required for pipe installations greater than 48-inches and longer 15 than 350 feet 16 1. Maintain and submit daily logs of grouting operations. 17 a. Include: 18 1) Grouting locations 19 2) Pressures 20 3) Volumes 21 4) Grout mix pumped 22 5) Time of pumping 23 2. Note any problems or unusual observations on logs. 24 B. Grout Strength Tests 25 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 26 cylinder molds or grout cubes obtained during grouting operations. 27 2. City will perform field sampling during annular space grouting. 28 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 29 cubic yards of grout injected but not less than 1 set for each grouting shift. 30 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 31 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 32 c. Remaining samples shall be tested as directed by City. 33 C. Safety 34 1. The Contractor is responsible for safety on the job site. 35 a. Perform all Work in accordance with the current applicable regulations of the 36 Federal, State and local agencies. 37 b. In the event of conflict, comply with the more restrictive applicable 38 requirement. 39 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 40 shafts/pits. 41 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 42 applicable local, State and Federal regulations. 43 33 05 24 - 10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3. Methods of construction shall be such as to ensure the safety of the Work, 1 Contractor's and other employees on site and the public. 2 4. Furnish and operate a temporary ventilation system in accordance with applicable 3 safety requirements when personnel are underground. 4 a. Perform all required air and gas monitoring. 5 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 6 atmosphere free of toxic or flammable gasses in all underground work areas. 7 5. Perform all Work in accordance with all current applicable regulations and safety 8 requirements of the federal, state and local agencies. 9 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 10 Underground Construction and Subpart P, Excavations. 11 b. In the event of conflict, comply with the more stringent requirements. 12 6. If personnel will enter the pipe during construction, the Contractor shall develop an 13 emergency response plan for rescuing personnel trapped underground in a shaft 14 excavation or pipe. 15 a. Keep on-site all equipment required for emergency response in accordance with 16 the agency having jurisdiction 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.1 – Modified minimum water line diameter from 8-inches to 6-inches 6/19/2013 D. Johnson Added Blue Text for clarification 1.1.C – Added Concrete Pressure Pipe Specification reference. 2.2.B.5 – Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 – Revised language related to spacing of casing spacers to correspond to the City’s Standard Detail. 27 33 05 26 - 1 UTILITY MARKERS/LOCATORS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 05 26 1 UTILITY MARKERS/LOCATORS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Buried and surface utility markers for utility construction 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 10 Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Measurement 15 a. Measurement for this Item will be by lump sum. 16 2. Payment 17 a. The work performed and materials furnished in accordance with this Item will 18 be paid for at the lump sum price bid for “Utility Markers”. 19 3. The price bid shall include: 20 a. Furnishing and installing Utility Markers as specified by the Drawings 21 b. Mobilization 22 c. Pavement removal 23 d. Excavation 24 e. Hauling 25 f. Disposal of excess material 26 g. Furnishing, placement and compaction of backfill 27 h. Clean-up 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. American Public Works Association (AWPA): 34 a. Uniform Color Code. 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 33 05 26 - 2 UTILITY MARKERS/LOCATORS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 B. All submittals shall be approved by the City prior to delivery. 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Buried Marker 4 2. Surface Marker 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Manufacturers 15 1. Only the manufacturers as listed on the City’s Standard Products List will be 16 considered as shown in Section 01 60 00. 17 a. The manufacturer must comply with this Specification and related Sections. 18 2. Any product that is not listed on the Standard Products List is considered a 19 substitution and shall be submitted in accordance with Section 01 25 00. 20 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 21 manufacturing of Utility Markers/Locators. 22 B. Materials 23 1. Buried Markers (Detectable Warning Tape) 24 a. Provide detectable warning tape as follows: 25 1) 5.0 mil overall thickness 26 2) Width – 3 inch minimum 27 3) Weight – 27.5 pounds per inch per 1,000 square feet 28 4) Triple Layer with: 29 a) Minimum thickness 0.35 mils solid aluminum foil encased in a 30 protective inert plastic jacket 31 (1) 100 percent virgin low density polyethylene 32 (2) Impervious to all known alkalis, acids, chemical reagents and 33 solvents within soil 34 (3) Aluminum foil visible to both sides 35 5) Locatable by conductive and inductive methods 36 6) Printing encased to avoid ink rub-off 37 7) Color and Legends 38 a) Potable water lines 39 33 05 26 - 3 UTILITY MARKERS/LOCATORS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 (1) Color – Blue (in accordance with APWA Uniform Color Code) 1 (2) Legend – Caution Potable Water Line Below (repeated every 24 2 inches) 3 b) Reclaimed water lines 4 (1) Color – Purple (in accordance with APWA Uniform Color Code) 5 (2) Legend – Caution Reclaimed Water Line Below (repeated every 24 6 inches) 7 c) Sewer Line 8 (1) Color – Green (in accordance with APWA Uniform Color Code) 9 (2) Legend – Caution Sewer Line Below (repeated every 24 inches) 10 2. Surface Markers 11 a. Provide as follows: 12 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 13 2) White posts with colored, ultraviolet resistant domes as follows: 14 a) Water Lines 15 (1) Color – Blue (in accordance with APWA Uniform Color Code) 16 (2) Legend – Caution Potable Water Line Below 17 b) Reclaimed water lines 18 (1) Color – Purple (in accordance with APWA Uniform Color Code) 19 (2) Legend – Caution Reclaimed Water Line Below 20 c) Sewer lines 21 (1) Color – Green (in accordance with APWA Uniform Color Code) 22 (2) Legend – Caution Sewer Line Below 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Buried Markers (Detectable Warning Tape) 31 1. Install in accordance with manufacturer’s recommendations below natural ground 32 surface and directly above the utility for which it is marking. 33 a. Allow 18 inches minimum between utility and marker. 34 b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum 35 protection and detectability. 36 B. Surface Markers 37 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 38 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 39 3. Where possible, place surface markers near fixed objects. 40 4. Place Surface Markers at the following locations: 41 33 05 26 - 4 UTILITY MARKERS/LOCATORS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Buried Features 1 1) Place directly above a buried feature. 2 b. Above-Ground Features 3 1) Place a maximum of 2 feet away from an above-ground feature. 4 c. Water lines 16-inches and larger 5 1) Each right-of-way line (or end of casing pipe) for: 6 a) Highway crossings 7 b) Railroad crossings 8 2) Utility crossings such as: 9 a) High pressure or large diameter gas lines 10 b) Fiber optic lines 11 c) Underground electric transmission lines 12 d) Or other locations shown on the Drawings, or directed by the City 13 d. Surface markers not required for 12-inch and smaller water lines 14 e. For sanitary sewer lines: 15 1) In undeveloped areas, place marker maximum of 2 feet away from an 16 above-ground feature such as a manhole or combination air valve vault. 17 2) Place at 500-foot intervals along the pipeline. 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 29 END OF SECTION 30 31 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. 32 33 11 10 - 1 DUCTILE IRON PIPE Page 1 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 11 10 1 DUCTILE IRON PIPE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 6 applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 – General Requirements 13 3. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 14 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 15 5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 16 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 8. Section 33 11 05 – Bolts, Nuts, and Gaskets 19 9. Section 33 11 11 – Ductile Iron Fittings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Pipe 23 a. Measurement 24 1) Measured horizontally along the surface from center line to center line of 25 the fitting, manhole, or appurtenance 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under “Measurement” will be paid for at the unit 29 price bid per linear foot for “DIP” installed for: 30 a) Various sizes 31 b) Various types of backfill 32 c) Various linings 33 d) Various Depths, for miscellaneous sewer projects only 34 e) Various restraints 35 f) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) Mobilization 1 3) Polyethylene encasement 2 4) Lining 3 5) Pavement removal 4 6) Excavation 5 7) Hauling 6 8) Disposal of excess material 7 9) Furnishing, placement and compaction of embedment 8 10) Furnishing, placement and compaction of backfill 9 11) Trench water stops 10 12) Thrust restraint, if required in Contract Documents 11 13) Bolts and nuts 12 14) Gaskets 13 15) Clean-up 14 16) Cleaning 15 17) Disinfection 16 18) Testing 17 1.3 REFERENCES 18 A. Definitions 19 1. Gland or Follower Gland 20 a. Non-restrained, mechanical joint fitting 21 2. Retainer Gland 22 a. Mechanically restrained mechanical joint fitting 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Association of State Highway and Transportation Officials (AASHTO). 28 3. American Society of Mechanical Engineers (ASME): 29 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 30 4. ASTM International (ASTM): 31 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 32 High Temperature or High Pressure Service and Other Special Purpose 33 Applications 34 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 35 Pressure or High Temperature Service, or Both 36 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 37 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 38 Tensile Strength. 39 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 40 Water or Other Liquids. 41 f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 42 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 43 Steel. 44 5. American Water Works Association (AWWA): 45 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 1 Enamel and Tape - Hot Applied. 2 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 3 c. M41, Ductile-Iron Pipe and Fittings. 4 6. American Water Works Association/American National Standards Institute 5 (AWWA/ANSI): 6 a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. 7 b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 8 c. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 9 d. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 10 Threaded Flanges. 11 e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. 12 f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 13 g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 14 7. NSF International (NSF): 15 a. 61, Drinking Water System Components - Health Effects. 16 8. Society for Protective Coatings (SSPC): 17 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 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 24 A. Product Data 25 1. Interior lining 26 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 27 C104/A21.4, including: 28 1) Material 29 2) Application recommendations 30 3) Field touch-up procedures 31 2. Thrust Restraint 32 a. Retainer glands, thrust harnesses or any other means 33 3. Gaskets 34 a. If hydrocarbon or other special gaskets are required 35 B. Shop Drawings – Furnish for Ductile Iron Pipe used in the water distribution system or 36 for a wastewater force main for 24-inch and greater diameters, including: 37 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 38 Texas including: 39 a. Working pressure 40 b. Surge pressure 41 c. Deflection 42 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 1 Professional Engineer in Texas, to verify the restraint lengths shown in the 2 Drawings. 3 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 4 Professional Engineer in Texas including: 5 a. Pipe class 6 b. Joints type 7 c. Fittings 8 d. Stationing 9 e. Transitions 10 f. Joint deflection 11 C. Certificates 12 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 13 Section, each run of pipe furnished has met Specifications, all inspections have 14 been made, and that all tests have been performed in accordance with 15 AWWA/ANSI C151/A21.51. 16 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Finished pipe shall be the product of 1 manufacturer. 23 1) Change orders, specials, and field changes may be provided by a different 24 manufacturer upon City approval. 25 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 26 under the control of the manufacturer. 27 c. Ductile Iron Pipe 28 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 29 a) Perform quality control tests and maintain results as outlined within 30 standard to assure compliance. 31 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 32 of at least 10 seconds. 33 B. Preconstruction Testing 34 1. The City may, at its own cost, subject random lengths of pipe for testing by an 35 independent laboratory for compliance with this Specification. 36 a. The compliance test shall be performed in the United States. 37 b. Any visible defects or failure to meet the quality standards herein will be 38 grounds for rejecting the entire order. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements 41 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 42 stated in AWWA M41. 43 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Secure and maintain a location to store the material in accordance with Section 01 1 66 00. 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS 5 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 6 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 7 A. Manufacturers 8 1. Only the manufacturers as listed in the City’s Standard Products List will be 9 considered as shown in Section 01 60 00. 10 a. The manufacturer must comply with this Specification and related Sections. 11 2. Any product that is not listed on the Standard Products List is considered a 12 substitution and shall be submitted in accordance with Section 01 25 00. 13 B. Pipe 14 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI 15 C150/A21.15, and AWWA/ANSI C151/A21.51. 16 2. All pipe shall meet the requirements of NSF 61. 17 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 18 closure pieces and necessary to comply with the Drawings. 19 4. As a minimum the following pressures classes apply. The Drawings may specify a 20 higher pressure class or the pressure and deflection design criteria may also require 21 a higher pressure class, but in no case should they be less than the following: 22 23 Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 24 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 25 C151/A21.51. Minimum pipe markings shall be as follows: 26 a. “DI” or “Ductile” shall be clearly labeled on each pipe 27 b. Weight, pressure class and nominal thickness of each pipe 28 c. Year and country pipe was cast 29 d. Manufacturer’s mark 30 6. Pressure and Deflection Design 31 a. Pipe design shall be based on trench conditions and design pressure class 32 specified in the Drawings. 33 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 1 C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 2 construction, using the following parameters: 3 1) Unit Weight of Fill (w) = 130 pcf 4 2) Live Load = AASHTO HS 20 5 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 6 4) Bedding Conditions = Type 4 7 5) Working Pressure (Pw) = 150 psi 8 6) Surge Allowance (Ps) = 100 psi 9 7) Design Internal Pressure (Pi) = Pw + Ps or 2:1 safety factor of the actual 10 working pressure plus the actual surge pressure, whichever is greater. 11 a) Test Pressure = 12 (1) No less than 1.25 minimum times the stated working pressure (187 13 psi minimum) of the pipeline measured at the highest elevation 14 along the test section. 15 (2) No less than 1.5 times the stated working pressure (225 psi 16 minimum) at the lowest elevation of the test section. 17 8) Maximum Calculated Deflection (Dx) = 3 percent 18 9) Restrained Joint Safety Factor (Sf) = 15 percent 19 c. Trench depths shall be verified after existing utilities are located. 20 1) Vertical alignment changes required because of existing utility or other 21 conflicts shall be accommodated by an appropriate change in pipe design 22 depth. 23 2) In no case shall pipe be installed deeper than its design allows. 24 7. Provisions for Thrust 25 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 26 joints when required by the Drawings. 27 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 28 through casing and for a sufficient distance each side of casing. 29 c. No thrust restraint contribution shall be allowed for the restrained length of 30 pipe within the casing. 31 d. Restrained joints, when required, shall be used for a sufficient distance from 32 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 33 be developed at the design pressure of the pipe. For the purpose of thrust, the 34 following shall apply: 35 1) Valves shall be calculated as dead ends. 36 2) Design pressure shall be greater than the working pressure of the pipe or 37 the internal pressure (Pi) whichever is greater. 38 3) Restrained joints shall consist of approved mechanical restrained or push-39 on restrained joints as listed in the City’s Standard Products List as shown 40 in Section 01 60 00. 41 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 42 resist thrust in accordance with the Drawings, AWWA M41, and the following: 43 1) The weight of earth (We) shall be calculated as the weight of the projected 44 soil prism above the pipe, for unsaturated soil conditions. 45 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 46 conditions 47 3) If indicated on the Drawings and the Geotechnical Borings that ground 48 water is expected, account for reduced soil density. 49 33 11 10 - 7 DUCTILE IRON PIPE Page 7 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 8. Joints 1 a. General – Comply with AWWA/ANSI C111/A21.11. 2 b. Push-On Joints 3 c. Mechanical Joints 4 d. Push-On Restrained Joints 5 1) Restraining Push-on joints by means of a special gasket 6 a) Only those products that are listed in Section 01 60 00 7 b) The working pressure rating of the restrained gasket must exceed the 8 test pressure of the pipe line to be installed. 9 c) Approved for use of restraining Ductile Iron Pipe in casing with a 10 carrier pipe of 4-inches to 12-inches 11 d) Otherwise only approved if specially listed on the Drawings 12 2) Push-on Restrained Joint bell and spigot 13 a) Only those products list in the standard products list will be allowed for 14 the size listed in the standard products list per Section 01 60 00. 15 b) Pressure rating shall exceed the working and test pressure of the pipe 16 line. 17 e. Flanged Joints – AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 18 f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 19 g. Field fabricated flanges are prohibited. 20 9. Gaskets 21 a. Provide Gaskets in accordance with Section 33 11 05. 22 10. Isolation Flanges 23 a. Flanges required by the drawings to be Isolation Flanges shall conform to 24 Section 33 04 10. 25 11. Bolts and Nuts 26 a. Mechanical Joints 27 1) Provide bolts and nuts in accordance with Section 33 11 05. 28 b. Flanged Ends 29 1) Meet requirements of AWWA C115. 30 a) Provide bolts and nuts in accordance with Section 33 11 05. 31 12. Flange Coatings 32 a. Connections to Steel Flanges 33 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 34 Tape System in accordance with Section 33 11 05. 35 13. Ductile Iron Pipe Exterior Coatings 36 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 37 pipe exterior, unless otherwise specified in the Contract Documents. 38 14. Polyethylene Encasement 39 a. All buried Ductile Iron Pipe shall be polyethylene encased. 40 b. Only manufacturers listed in the City’s Standard Products List as shown in 41 Section 01 60 00 will be considered acceptable. 42 c. Use only virgin polyethylene material. 43 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 44 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 45 cross-laminated (HDCL) polyethylene encasement conforming to 46 AWWA/ANSI C105/A21.5 and ASTM A674. 47 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 e. Marking: At a minimum of every 2 feet along its length, the mark the 1 polyethylene film with the following information: 2 1) Manufacturer’s name or trademark 3 2) Year of manufacturer 4 3) AWWA/ANSI C105/A21.5 5 4) Minimum film thickness and material type 6 5) Applicable range of nominal diameter sizes 7 6) Warning – Corrosion Protection – Repair Any Damage 8 f. Special Markings/Colors 9 1) Reclaimed Water, perform one of the following: 10 a) Label polyethylene encasement with “RECLAIMED WATER”, 11 b) Provide purple polyethylene in accordance with the American Public 12 Works Association Uniform Color Code; or 13 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 14 2) Wastewater, perform one of the following: 15 a) Label polyethylene encasement with “WASTEWATER”; 16 b) Provide green polyethylene in accordance with the American Public 17 Works Association Uniform Color Code; or 18 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 19 g. Minimum widths 20 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe 21 Nominal Pipe Diameter (inches) Min. Width – Flat Tube (inches) Min. Width – Sheet (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining 22 a. Cement Mortar Lining 23 33 11 10 - 9 DUCTILE IRON PIPE Page 9 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 1 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 2 to NSF 61. 3 b. Ceramic Epoxy or Epoxy Linings 4 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 5 Ceramic Epoxy or Epoxy lining as designated in the City’s Standard 6 Products List as shown in Section 01 60 00. 7 2) Apply lining at a minimum of 40 mils DFT. 8 3) Due to the tolerances involved, the gasket area and spigot end up to 6 9 inches back from the end of the spigot end must be coated with 6 mils 10 nominal, 10 mils maximum using a Joint Compound as supplied by the 11 manufacturer. 12 a) Apply the joint compound by brush to ensure coverage. 13 b) Care should be taken that the joint compound is smooth without excess 14 buildup in the gasket seat or on the spigot ends. 15 c) Coat the gasket seat and spigot ends after the application of the lining. 16 4) Surface preparation shall be in accordance with the manufacturer’s 17 recommendations. 18 5) Check thickness using a magnetic film thickness gauge in accordance with 19 the method outlined in SSPC PA 2. 20 6) Test the interior lining of all pipe barrels for pinholes with a non-21 destructive 2,500 volt test. 22 a) Repair any defects prior to shipment. 23 7) Mark each fitting with the date of application of the lining system along 24 with its numerical sequence of application on that date and records 25 maintained by the applicator of his work. 26 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 27 cut, coat the exposed surface with the touch-up material as recommended 28 by the manufacturer. 29 a) The touch-up material and the lining shall be of the same manufacturer. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3.4 INSTALLATION 37 A. General 38 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 39 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer’s 40 recommendations. 41 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 42 33 11 10 - 10 DUCTILE IRON PIPE Page 10 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. Lay pipe to the lines and grades as indicated in the Drawings. 1 4. Excavate and backfill trenches in accordance with Section 33 05 10. 2 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 3 6. For installation of carrier pipe within casing, see Section 33 05 24. 4 B. Pipe Handling 5 1. Haul and distribute pipe and fittings at the project site. 6 2. Handle piping with care to avoid damage. 7 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 8 lowering into the trench. 9 b. Do not handle the pipe in such a way that will damage the interior lining. 10 c. Use only nylon ropes, slings or other lifting devices that will not damage the 11 surface of the pipe for handling the pipe. 12 3. At the close of each operating day: 13 a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after 14 the laying operation. 15 b. Effectively seal the open end of the pipe using a gasketed night cap. 16 C. Joint Making 17 1. Mechanical Joints 18 a. Bolt the follower ring into compression against the gasket with the bolts 19 tightened down evenly then cross torqued in accordance with AWWA C600. 20 b. Overstressing of bolts to compensate for poor installation practice will not be 21 permitted. 22 2. Push-on Joints 23 a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 24 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 25 c. Place the gasket in the bell in the position prescribed by the manufacturer. 26 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 27 gasket and the outside of the spigot prior to entering the spigot into the bell. 28 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 29 conform to AWWA C600. 30 3. Flanged Joints 31 a. Use erection bolts and drift pins to make flanged connections. 32 1) Do not use undue force or restraint on the ends of the fittings. 33 2) Apply even and uniform pressure to the gasket. 34 b. The fitting must be free to move in any direction while bolting. 35 1) Install flange bolts with all bolt heads faced in one direction. 36 4. Joint Deflection 37 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 38 and grades and shown in the Drawings. 39 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 40 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 41 C600. 42 d. The manufacturer’s recommendation may be used with the approval of the 43 Engineer. 44 D. Polyethylene Encasement Installation 45 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Preparation 1 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 2 installation of polyethylene encasement. 3 1) Prevent soil or embedment material from becoming trapped between pipe 4 and polyethylene. 5 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 6 with minimum space between polyethylene and pipe. 7 1) Provide sufficient slack in contouring to prevent stretching polyethylene 8 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 9 joints or fittings and to prevent damage to polyethylene due to backfilling 10 operations. 11 2) Secure overlaps and ends with adhesive tape and hold. 12 c. For installations below water table and/or in areas subject to tidal actions, seal 13 both ends of polyethylene tube with adhesive tape at joint overlap. 14 2. Tubular Type (Method A) 15 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 16 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 17 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 18 ends. 19 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 20 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 21 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 22 polyethylene from preceding length of pipe, slip it over end of the new length 23 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 24 f. Secure overlap in place. 25 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 26 of pipe, securing fold at quarter points. 27 h. Repair cuts, tears, punctures or other damage to polyethylene. 28 i. Proceed with installation of next pipe in same manner. 29 3. Tubular Type (Method B) 30 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 31 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 32 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 33 of pipe, securing fold at quarter points; secure ends. 34 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 35 proceeding pipe section, bunching it accordion-fashion lengthwise. 36 e. After completing joint, pull 3-foot length of polyethylene over joint, 37 overlapping polyethylene previously installed on each adjacent section of pipe 38 by at least 1 foot; make each end snug and secure. 39 4. Sheet Type 40 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 41 section. 42 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 43 it until it clears the pipe ends. 44 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 45 quadrant of pipe. 46 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 47 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 1 of pipe. 2 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 3 g. After completing joint, make overlap and secure ends. 4 h. Repair cuts, tears, punctures or other damage to polyethylene. 5 i. Proceed with installation of next section of pipe in same manner. 6 5. Pipe-Shaped Appurtenances 7 a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with 8 polyethylene in same manner as pipe and fittings. 9 6. Odd-Shaped Appurtenances 10 a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped 11 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 12 sheet under appurtenances and bringing it up around body. 13 b. Make seams by bringing edges together, folding over twice and taping down. 14 c. Tape polyethylene securely in place at the valve stem and at any other 15 penetrations. 16 7. Repairs 17 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 18 or with short length of polyethylene sheet or cut open tube, wrapped around 19 fitting to cover damaged area and secured in place. 20 8. Openings in Encasement 21 a. Provide openings for branches, service taps, blow-offs, air valves and similar 22 appurtenances by making an X-shaped cut in polyethylene and temporarily 23 folding back film. 24 b. After appurtenance is installed, tape slack securely to appurtenance and repair 25 cut, as well as other damaged area in polyethylene with tape. 26 c. Service taps may also be made directly through polyethylene, with any 27 resulting damaged areas being repaired as described above. 28 9. Junctions between Wrapped and Unwrapped Pipe: 29 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 30 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 31 b. Secure end with circumferential turns of tape. 32 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 33 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 34 3.5 REPAIR/RESTORATION 35 A. Patching 36 1. Excessive field-patching is not permitted of lining or coating. 37 2. Patching of lining or coating will be allowed where area to be repaired does not 38 exceed 100 square inches and has no dimensions greater than 12 inches. 39 3. In general, there shall not be more than 1 patch on either the lining or the coating of 40 any 1 joint of pipe. 41 4. Wherever necessary to patch the pipe: 42 a. Make patch with cement mortar as previously specified for interior joints. 43 b. Do not install patched pipe until the patch has been properly and adequately 44 cured and approved for laying by the City. 45 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 5. Promptly remove rejected pipe from the site. 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. Potable Water Mains 4 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 5 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 6 main as specified in Section 33 04 40. 7 B. Wastewater Lines 8 1. Closed Circuit Television (CCTV) Inspection 9 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.b. – Updated Payment types 1.3 – Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 – Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets 20 33 11 11 - 1 DUCTILE IRON FITTINGS Page 1 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 11 11 1 DUCTILE IRON FITTINGS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 6 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 7 2. All mechanical joint fittings shall be mechanically restrained using restrained 8 wedge type retainer glands. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 03 30 00 – Cast-in-Place Concrete 16 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 17 5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 18 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 19 7. Section 33 11 05 – Bolts, Nuts, and Gaskets 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Water Fittings with Restraint 23 a. Measurement 24 1) Shall be per ton of fittings supplied 25 2) Fittings weights are the sum of the various types of fittings multiplied by 26 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 27 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 28 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 29 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 30 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 31 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 32 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 33 measured in accordance with AWWA/ANSI C153/A21.53. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under “Measurement” will be paid for at the unit 37 price bid per ton of “Ductile Iron Water Fittings with Restraint”. 38 c. The price bid shall include: 39 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 40 Drawings 41 33 11 11 - 2 DUCTILE IRON FITTINGS Page 2 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) Polyethylene encasement 1 3) Lining 2 4) Pavement removal 3 5) Excavation 4 6) Hauling 5 7) Disposal of excess material 6 8) Furnishing and installing bolts, nuts, and restraints 7 9) Furnishing, placement and compaction of embedment 8 10) Furnishing, placement and compaction of backfill 9 11) Trench water stops 10 12) Clean-up 11 13) Cleaning 12 14) Disinfection 13 15) Testing 14 2. Ductile Iron Sewer Fittings 15 a. Measurement 16 1) Shall be per ton of fittings supplied 17 2) Fittings weights are the sum of the various types of fittings multiplied by 18 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 19 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 20 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 21 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 22 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 23 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 24 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 25 measured in accordance with AWWA/ANSI C153/A21.53. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under “Measurement” will be paid for at the unit 29 price bid per ton of “Ductile Iron Sewer Fittings”. 30 c. The price bid shall include: 31 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 32 Drawings 33 2) Epoxy Coating 34 3) Polyethylene encasement 35 4) Lining 36 5) Pavement removal 37 6) Excavation 38 7) Hauling 39 8) Disposal of excess material 40 9) Furnishing and installing bolts, nuts, and restraints 41 10) Furnishing, placement and compaction of embedment 42 11) Furnishing, placement and compaction of backfill 43 12) Clean-up 44 13) Cleaning 45 14) Disinfection 46 15) Testing 47 33 11 11 - 3 DUCTILE IRON FITTINGS Page 3 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.3 REFERENCES 1 A. Definitions 2 1. Gland or Follower Gland 3 a. Non-restrained, mechanical joint fitting 4 2. Retainer Gland 5 a. Mechanically restrained mechanical joint fitting, consisting of multiple 6 gripping wedges incorporated into a follower gland meeting the applicable 7 requirements of ANSI/AWWA C110/A21.10. 8 B. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. American Society of Mechanical Engineers (ASME): 13 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 14 3. ASTM International (ASTM): 15 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 16 High Temperature or High Pressure Service and Other Special Purpose 17 Applications 18 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 19 Pressure or High Temperature Service, or Both 20 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 21 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 22 Water or Other Liquids. 23 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 24 4. American Water Works Association (AWWA): 25 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 26 Enamel and Tape - Hot Applied. 27 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 28 c. M41, Ductile-Iron Pipe and Fittings. 29 5. American Water Works Association/American National Standards Institute 30 (AWWA/ANSI): 31 a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. 32 b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 33 c. C110/A21.10, Ductile-Iron and Gray-Iron Fittings. 34 d. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 35 e. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 36 Threaded Flanges. 37 f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 38 g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. 39 6. NSF International (NSF): 40 a. 61, Drinking Water System Components - Health Effects. 41 7. Society for Protective Coatings (SSPC): 42 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 43 33 11 11 - 4 DUCTILE IRON FITTINGS Page 4 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 01 33 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Ductile Iron Fittings 8 a. Pressure class 9 b. Interior lining 10 c. Joint types 11 2. Polyethylene encasement and tape 12 a. Planned method of installation 13 b. Whether the film is linear low density or high density cross linked polyethylene 14 c. The thickness of the film provided 15 3. The interior lining, if it is other than cement mortar lining in accordance with 16 AWWA/ANSI C104/A21.4 17 a. Material 18 b. Application recommendations 19 c. Field touch-up procedures 20 4. Thrust Restraint 21 a. Retainer glands 22 b. Thrust harnesses 23 c. Any other means 24 5. Gaskets 25 a. Provide Gaskets in accordance with Section 33 11 05. 26 6. Isolation Flanges 27 a. Flanges required by the drawings to be Isolation Flanges shall conform to 28 Section 33 04 10. 29 7. Bolts and Nuts 30 a. Mechanical Joints 31 1) Provide bolts and nuts in accordance with Section 33 11 05. 32 b. Flanged Ends 33 1) Meet requirements of AWWA C115. 34 a) Provide bolts and nuts in accordance with Section 33 11 05. 35 8. Flange Coatings 36 a. Connections to Steel Flanges 37 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 38 Tape System in accordance with Section 33 11 05. 39 B. Certificates 40 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 41 meet the provisions of this Section and meet the requirements of AWWA/ANSI 42 C110/A21.10 or AWWA/ANSI C153/A21.53. 43 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 44 33 11 11 - 5 DUCTILE IRON FITTINGS Page 5 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE 3 A. Qualifications 4 1. Manufacturers 5 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 6 performed under the control of the manufacturer. 7 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 8 C110/A21.10 or AWWA/ANSI C153/A21.53. 9 1) Perform quality control tests and maintain the results as outlined in these 10 standards to assure compliance. 11 B. Preconstruction Testing 12 1. The City may, at its own cost, subject random fittings for destructive testing by an 13 independent laboratory for compliance with this Specification. 14 a. The compliance test shall be performed in the United States. 15 b. Any visible defects or failure to meet the quality standards herein will be 16 grounds for rejecting the entire order. 17 1.10 DELIVERY, STORAGE, AND HANDLING 18 A. Storage and Handling Requirements 19 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 20 2. Secure and maintain a location to store the material in accordance with Section 01 21 66 00. 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City’s Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Ductile Iron Fittings 34 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 35 AWWA/ANSI C153/A21.53. 36 2. All fittings for potable water service shall meet the requirements of NSF 61. 37 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 38 the pipe which the fitting is connected, unless specifically indicated in the 39 Drawings. 40 33 11 11 - 6 DUCTILE IRON FITTINGS Page 6 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 4. Fittings Markings 1 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 2 b. Minimum markings shall include: 3 1) “DI” or “Ductile” cast or metal stamped on each fitting 4 2) Applicable AWWA/ANSI standard for that the fitting 5 3) Pressure rating 6 4) Number of degrees for all bends 7 5) Nominal diameter of the openings 8 6) Year and country fitting was cast 9 7) Manufacturer’s mark 10 5. Joints 11 a. Mechanical Joints with mechanical restraint 12 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 13 ANSI/AWWA C110/A21.10. 14 2) The retainer gland shall have the following working pressure ratings based 15 on size and type of pipe: 16 a) Ductile Iron Pipe 17 (1) 3-inch – 16-inch, 350 psi 18 (2) 18-inch – 48-inch, 250 psi 19 b) PVC C900 and C905 20 (1) 3-inch – 12-inch, 305psi 21 (2) 14-inch – 16-inch, 235psi 22 (3) 18-inch – 20-inch, 200psi 23 (4) 24-inch – 30 –inch 165psi 24 c) Ratings are for water pressure and must include a minimum safety 25 factor of 2 to 1 in all sizes 26 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it 27 should be easy to differentiate between the 2. 28 4) Gland body, wedges and wedge actuating components shall be cast from 29 grade 65-45-12 ductile iron material in accordance with ASTM A536. 30 5) Mechanical joint restraint shall require conventional tools and installation 31 procedures per AWWA C600, while retaining full mechanical joint 32 deflection during assembly as well as allowing joint deflection after 33 assembly. 34 6) Proper actuation of the gripping wedges shall be ensured with torque 35 limiting twist off nuts. 36 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 37 b. Push-On, Restrained Joints 38 1) Restraining Push-on joints by means of a special gasket 39 a) Only those products that are listed in 01 60 00 40 b) The working pressure rating of the restrained gasket must exceed the 41 test pressure of the pipe line to be installed. 42 c) Approved for use of restraining Ductile Iron Pipe in casing with a 43 carrier pipe of 4-inches to 12-inches 44 d) Otherwise only approved if specially listed on the drawings 45 2) Push-on Restrained Joint bell and spigot 46 a) Only those products list in the standard products list will be allowed for 47 the size listed in the standard products list per Section 01 60 00 48 33 11 11 - 7 DUCTILE IRON FITTINGS Page 7 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b) Pressure rating shall exceed the working and test pressure of the pipe 1 line 2 c. Flanged Joints 3 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 4 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 5 125. 6 3) Field fabricated flanges are prohibited. 7 6. Gaskets 8 a. Provide Gaskets in accordance with Section 33 11 05. 9 7. Isolation Flanges 10 a. Flanges required by the drawings to be Isolation Flanges shall conform to 11 Section 33 04 10. 12 8. Bolts and Nuts 13 a. Mechanical Joints 14 1) Provide bolts and nuts in accordance with Section 33 11 05. 15 b. Flanged Ends 16 1) Meet requirements of AWWA C115. 17 a) Provide bolts and nuts in accordance with Section 33 11 05. 18 9. Flange Coatings 19 a. Connections to Steel Flanges 20 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 21 Tape System in accordance with Section 33 11 05. 22 10. Ductile Iron Fitting Exterior Coatings 23 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 24 thick, on the exterior, unless otherwise specified in the Contract Documents. 25 11. Polyethylene Encasement 26 a. All buried Ductile Iron Fittings shall be polyethylene encased. 27 b. Only manufacturers listed in the City’s Standard Products List as shown in 28 Section 01 60 00 will be considered acceptable. 29 c. Use only virgin polyethylene material. 30 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 31 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 32 cross-laminated (HDCL) polyethylene encasement conforming to conforming 33 to AWWA/ANSI C105/A21.5 and ASTM A674. 34 e. Marking: At a minimum of every 2 feet along its length, the mark the 35 polyethylene film with the following information: 36 1) Manufacturer’s name or trademark 37 2) Year of manufacturer 38 3) AWWA/ANSI C105/A21.5 39 4) Minimum film thickness and material type 40 5) Applicable range of nominal diameter sizes 41 6) Warning – Corrosion Protection – Repair Any Damage 42 f. Special Markings/Colors 43 1) Reclaimed Water, perform one of the following: 44 a) Label polyethylene encasement with “RECLAIMED WATER”, 45 b) Provide purple polyethylene in accordance with the American Public 46 Works Association Uniform Color Code; or 47 33 11 11 - 8 DUCTILE IRON FITTINGS Page 8 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 1 2) Wastewater, perform one of the following: 2 a) Label polyethylene encasement with “WASTEWATER”; 3 b) Provide green polyethylene in accordance with the American Public 4 Works Association Uniform Color Code; or 5 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 6 g. Minimum widths 7 Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings 8 Nominal Fittings Diameter (inches) Min. Width – Flat Tube (inches) Min. Width – Sheet (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 12. Ductile Iron Fittings Interior Lining 9 a. Cement Mortar Lining 10 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 11 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 12 NSF 61. 13 b. Ceramic Epoxy or Epoxy Linings 14 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 15 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 16 List as shown in Section 01 60 00. 17 2) Apply lining at a minimum of 40 mils DFT 18 3) Due to the tolerances involved, the gasket area and spigot end up to 6 19 inches back from the end of the spigot end must be coated with 6 mils 20 nominal, 10 mils maximum using a Joint Compound as supplied by the 21 manufacturer. 22 a) Apply the joint compound by brush to ensure coverage. 23 33 11 11 - 9 DUCTILE IRON FITTINGS Page 9 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b) Care should be taken that the joint compound is smooth without excess 1 buildup in the gasket seat or on the spigot ends. 2 c) Coat the gasket seat and spigot ends after the application of the lining. 3 4) Surface preparation shall be in accordance with the manufacturer’s 4 recommendations. 5 5) Check thickness using a magnetic film thickness gauge in accordance with 6 the method outlined in SSPC PA 2. 7 6) Test the interior lining of all fittings for pinholes with a non-destructive 8 2,500 volt test. 9 a) Repair any defects prior to shipment. 10 7) Mark each fitting with the date of application of the lining system along 11 with its numerical sequence of application on that date and records 12 maintained by the applicator of his work. 13 8) For all Ductile Iron Fittings in wastewater service where the fitting has 14 been cut, coat the exposed surface with the touch-up material as 15 recommended by the manufacturer. 16 a) The touch-up material and the lining shall be of the same manufacturer. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION [NOT USED] 23 3.4 INSTALLATION 24 A. General 25 1. Install fittings, specials and appurtenances as specified herein, as specified in 26 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer’s 27 recommendations. 28 2. Lay fittings to the lines and grades as indicated in the Drawings. 29 3. Excavate and backfill trenches in accordance with 33 05 10. 30 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 31 B. Joint Making 32 1. Mechanical Joints with required mechanical restraint 33 a. All mechanical joints require mechanical restraint. 34 b. Bolt the retainer gland into compression against the gasket, with the bolts 35 tightened down evenly then cross torqued in accordance with AWWA C600. 36 c. Overstressing of bolts to compensate for poor installation practice will not be 37 permitted. 38 2. Push-on Joints (restrained) 39 a. All push-on joints shall be restrained push-on type. 40 b. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 41 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 42 33 11 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 d. Place the gasket in the bell in the position prescribed by the manufacturer. 1 e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 4 to conform to AWWA M-41. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in 1 direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer’s recommendation may be used with the approval of the 18 Engineer. 19 C. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between 24 fittings and polyethylene. 25 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 26 with minimum space between polyethylene and fittings. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 29 joints or fittings, and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 36 section. 37 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 38 pipe section and bunching it accordion-fashion lengthwise until it clears fittings 39 ends. 40 c. Lower fittings into trench with preceding section of pipe. 41 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 42 e. After assembling fittings make overlap of polyethylene tube, pull bunched 43 polyethylene from preceding length of pipe, slip it over end of the fitting and 44 wrap until it overlaps joint at end of preceding length of pipe. 45 f. Secure overlap in place. 46 33 11 11 - 11 DUCTILE IRON FITTINGS Page 11 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 1 barrel of fitting, securing fold at quarter points. 2 h. Repair cuts, tears, punctures or other damage to polyethylene. 3 i. Proceed with installation of next fitting in same manner. 4 3. Tubular Type (Method B) 5 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 6 section. 7 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 8 end. 9 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 10 barrel of fitting, securing fold at quarter points; secure ends. 11 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 12 proceeding pipe section, bunching it accordion-fashion lengthwise. 13 e. After completing joint, pull 3-foot length of polyethylene over joint, 14 overlapping polyethylene previously installed on each adjacent section of pipe 15 by at least 1 foot; make each end snug and secure. 16 4. Sheet Type 17 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 18 section. 19 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 20 clears the fitting ends. 21 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 22 quadrant of fitting. 23 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 24 e. Lower wrapped fitting into trench with preceding section of pipe. 25 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 26 g. After completing joint, make overlap and secure ends. 27 h. Repair cuts, tears, punctures or other damage to polyethylene. 28 i. Proceed with installation of fittings in same manner. 29 5. Pipe-Shaped Appurtenances 30 a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with 31 polyethylene in same manner as pipe and fittings. 32 6. Odd-Shaped Appurtenances 33 a. When it is not practical to wrap valves, tees, crosses and other odd-shaped 34 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 35 sheet under appurtenances and bringing it up around body. 36 b. Make seams by bringing edges together, folding over twice and taping down. 37 c. Tape polyethylene securely in place at the valve stem and at any other 38 penetrations. 39 7. Repairs 40 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 41 or with short length of polyethylene sheet or cut open tube, wrapped around 42 fitting to cover damaged area, and secure in place. 43 8. Openings in Encasement 44 a. Provide openings for branches, service taps, blow-offs, air valves and similar 45 appurtenances by making an X-shaped cut in polyethylene and temporarily 46 folding back film. 47 33 11 11 - 12 DUCTILE IRON FITTINGS Page 12 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. After appurtenance is installed, tape slack securely to appurtenance and repair 1 cut, as well as other damaged area in polyethylene with tape. 2 c. Service taps may also be made directly through polyethylene, with any 3 resulting damaged areas being repaired as described above. 4 9. Junctions between Wrapped and Unwrapped Fittings 5 a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 6 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 7 b. Secure end with circumferential turns of tape. 8 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 9 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 10 Fittings. 11 D. Blocking 12 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 13 crosses and plugs in the pipe lines as indicated in the Drawings. 14 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 15 normal to the thrust. 16 3. The supporting area for each block shall be at least as great as that indicated on the 17 Drawings and shall be sufficient to withstand the thrust, including water hammer, 18 which may develop. 19 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 20 5. If the Contractor encounters soil that appears to be different than that which was 21 used to calculate the blocking according to the Drawings, the Contractor shall 22 notify the Engineer prior to the installation of the blocking. 23 3.5 REPAIR/RESTORATION 24 A. Patching 25 1. Excessive field-patching is not permitted of lining or coating. 26 2. Patching of lining or coating will be allowed where area to be repaired does not 27 exceed 100 square inches and has no dimensions greater than 12 inches. 28 3. In general, there shall not be more than 1 patch on either the lining or the coating of 29 any fitting. 30 4. Wherever necessary to patch the fitting: 31 a. Make patch with cement mortar as previously specified for interior joints. 32 b. Do not install patched fitting until the patch has been properly and adequately 33 cured and approved for laying by the City. 34 c. Promptly remove rejected fittings from the site. 35 3.6 RE-INSTALLATION [NOT USED] 36 3.7 FIELD [OR] SITE QUALITY CONTROL 37 A. Potable Water Mains 38 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 39 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 40 main as specified in Section 33 04 40. 41 33 11 11 - 13 DUCTILE IRON FITTINGS Page 13 of 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 12/20/2012 D. Johnson 1.2.A.1.c – Restraints included in price bid 1.2.A.2.c – Restraints included in price bid 1.3 – Added definitions of gland types for clarity 2.2.B.5 – Removed unrestrained push-on and mechanical joints 2.2.B.6, 7, 8, and 9 – Added reference to Section 33 05 10 and 33 04 10; removed material specifications for bolts, nuts and gaskets. 3.4 – Requirement for all mechanical and push-on joints to be restrained 3.4.D – Corrected reference 9/20/2017 W. Norwood 2.2.B.5.a.7 – Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe 10 33 11 12 - 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 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 36-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 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 e. Hauling 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 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, for Water Transmission and Distribution. 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. 6. Underwriters Laboratories, Inc. (UL). 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 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 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 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. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 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. 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 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 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 joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City’s Standard Products List as shown in Section 01 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 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. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 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. 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 - 8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 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”. 33 12 10 - 1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 – Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new “Water Service” complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each “Water Service” installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop 33 12 10 - 2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro-mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each “Bored Water Service” installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro-mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment 33 12 10 - 3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 1) The work performed in conjunction with relocation of the meter, associated private service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each “Water Meter Service, Reconnection” installed for: a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro-mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “Private Water Service” performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer, check valve, and isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling 11) Disposal of excess material 33 12 10 - 4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 12) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). 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): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures 33 12 10 - 5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 i. D883, Standard Terminology Relating to Plastics. j. D1693, Standard Test Method for Environmental Stress-Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration (GSA): a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 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, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 33 12 10 - 6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Water meters for various sizes 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. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines “Lead-free” for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 ¾ inch per foot or 0.1458 inch per inch ± 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 ½ -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. e. Overall Length 33 12 10 - 8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch + 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that ½ inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 ½-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in flange gasket surface. 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to l ½ -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) O-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of: 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway – designed to withstand loading in non- deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi 33 12 10 - 11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2” x 3-1/4”. e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high f. 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth ‘Molly’ logo molded into the lid. 3) Bear the Manufacturer’s IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread-plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end-point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8” deep. 11) Have built-in anti-flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 4) Dimensions shall be within industry standards of ±1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary ±5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a ‘knock-out” plug to accept the AMI end- point. Knock-out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock-out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread-pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (10) Have “City of Fort Worth” molded into the lid. (11) Have “Water Meter” molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of ½-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only-Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non-deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) a) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1- inch Single service meter: b) Size: 16-5/8-inch x 14—5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1 ½-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City’s option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City’s hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer’s name b. Type c. Size of Pipe 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing ¾-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. 33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City’s Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter ½ inch to ¾ inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 33 12 10 - 16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Added Blue Text for clarification 1.2 A. – Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking Water Act – All materials shall be lead free in accordance with this Act. 1.2.A.3 – Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.B. – added certification submittals for compliance with regulatory requirements 2/13/2013 F. Griffin Added the phrase ‘, including grass’ to lines; Part 1, 1.2.A.1.c.14, Part1, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11, Part1, 1.2.A.4.c.11 Added the phrase ‘and replacement’ to line Part 1,1.2.A.4.c.7 4/26/2013 F. Griffin Revised lines with ‘including grass’ replacing with ‘excluding grass (seeding, sodding or hydromulching paid separately)’ Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; Part 1, 1.2, A, 4, 2, 11 6/19/2013 D. Johnson 1.2.A.4.c – Addition of private water service appurtenances relocation to being included in the linear foot price of private water services 11/21/2016 W. Norwood Require meter box suitable for AMI meter. 2.2,C, 11 & 2.2,C,12 11/21/2016 W. Norwood Require service saddle with double straps. 2.2,C,9,b 2/14/17 W. Norwood 2.2, C, 9.a.3 Remove table “Fit Contour of pipe…” 2/14/17 W. Norwood 3.4, C, 1.d.(2) Remove nylon sleeve inserts, require cc threads. 33 12 20 - 1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 12 20 1 RESILIENT SEATED (WEDGE) GATE VALVE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 6 water mains 7 a. 24-inch and larger valves may require an integral bypass 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 – General Requirements 14 3. Section 33 11 05 – Bolts, Nuts, and Gaskets 15 4. Section 33 11 10 – Ductile Iron Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Gate Valve 19 a. Measurement 20 1) Measurement for this Item shall be per each. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each “Gate Valve” installed 24 for: 25 a) Various sizes 26 c. The price bid shall include: 27 1) Furnishing and installing Gate Valves with connections as specified in the 28 Drawings 29 2) Valve box 30 3) Extension 31 4) Extensions for valves in vaults 32 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 33 6) Petrolatum tape for connections to steel flanges 34 7) 2-inch risers (for 16-inch and larger gate valves) 35 8) Isolation kits when installed with flanged connections 36 9) Polyethylene encasement 37 10) Pavement removal 38 11) Excavation 39 12) Hauling 40 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 13) Disposal of excess material 1 14) Furnishing, placement and compaction of embedment 2 15) Furnishing, placement and compaction of backfill 3 16) Clean-up 4 17) Cleaning 5 18) Disinfection 6 19) Testing 7 2. Cut-in Gate Valve 8 a. Measurement 9 1) Measurement for this Item shall be per each. 10 b. Payment 11 1) The work performed and the materials furnished in accordance with this 12 Item shall be paid for at the unit price bid per each “Cut-in Gate Valve” 13 installed for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing Gate Valves with connections as specified in the 17 Drawings 18 2) System dewatering 19 3) Connections to existing pipe materials 20 4) Valve box 21 5) Extension 22 6) Extensions for valves in vaults 23 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 24 8) Petrolatum tape for connections to steel flanges 25 9) 2-inch risers (for 16-inch and larger gate valves) 26 10) Isolation kits when installed with flanged connections 27 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 28 12) Polyethylene encasement 29 13) Pavement removal 30 14) Excavation 31 15) Hauling 32 16) Disposal of excess material 33 17) Furnishing, placement and compaction of embedment 34 18) Furnishing, placement and compaction of backfill 35 19) Clean-up 36 20) Cleaning 37 21) Disinfection 38 22) Testing 39 1.3 REFERENCES 40 A. Abbreviations and Acronyms 41 1. NRS – Non Rising Stem 42 2. OS&Y – Outside Screw and Yoke 43 B. Reference Standards 44 33 12 20 - 3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 Association of State Highway and Transportation Officials (AASHTO). 4 3. American Society of Mechanical Engineers (ASME): 5 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 6 4. American Iron and Steel Institute (AISI). 7 5. ASTM International (ASTM): 8 a. A48, Standard Specification for Gray Iron Castings. 9 b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 10 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 11 Tensile Strength. 12 d. A536, Standard Specification for Ductile Iron Castings. 13 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 14 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 15 Steel. 16 6. American Water Works Association (AWWA): 17 a. C509, Resilient-Seated Gate Valves for Water Supply Service. 18 b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. 19 c. C550, Protective Interior Coatings for Valves and Hydrants. 20 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 21 through 12 IN, for Water Transmission and Distribution. 22 7. American Water Works Association/American National Standards Institute 23 (AWWA/ANSI): 24 a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 25 b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 26 Fittings. 27 c. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 28 Threaded Flanges. 29 8. NSF International (NSF): 30 a. 61, Drinking Water System Components - Health Effects. 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 SUBMITTALS 33 A. Submittals shall be in accordance with Section 01 33 00. 34 B. All submittals shall be approved by the City prior to delivery. 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 36 A. Product Data 37 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 38 supplied, including: 39 a. Dimensions, weights, material list, and detailed drawings 40 b. Joint type 41 c. Maximum torque recommended by the manufacturer for the valve size 42 2. Polyethylene encasement and tape 43 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Whether the film is linear low density or high density cross linked polyethylene 1 b. The thickness of the film provided 2 3. Thrust Restraint, if required by contract Documents 3 a. Retainer glands 4 b. Thrust harnesses 5 c. Any other means 6 4. Instructions for field repair of fusion bonded epoxy coating 7 5. Gaskets 8 B. Certificates 9 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 10 the provisions of this Section, each valve meets Specifications, all inspections have 11 been made and that all tests have been performed in accordance with AWWA C509 12 or AWWA C515. 13 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 14 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 15 years experience manufacturing Resilient Seated Gate Valves of similar service and 16 size with experience record. 17 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 18 controls any foreign factory/foundry that supplies valve casings and can certify that 19 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 20 control at the foreign factory/foundry. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. Qualifications 25 1. Manufacturers 26 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 27 project. 28 1) Change orders, specials and field changes may be provided by a different 29 manufacturer upon City approval. 30 b. For valves less than 16-inch, valves of each size shall be the product of 1 31 manufacturer, unless approved by the City. 32 1) Change orders, specials and field changes may be provided by a different 33 manufacturer upon City approval. 34 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 35 d. For valves equipped with a bypass, the bypass valve must be of the same 36 manufacturer as the main valve. 37 e. Resilient Seated Gate Valves shall be new. 38 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 39 successful experience manufacturing of Resilient Seated Gate Valves of similar 40 service and size, and indicated or demonstrate an experience record that is 41 satisfactory to the Engineer and City. This experience record will be thoroughly 42 investigated by the Engineer, and acceptance will be at the sole discretion of the 43 Engineer and City. 44 33 12 20 - 5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 1 bypass; that are not manufactured within the United States of America, shall be 2 manufactured by factories/foundries that are owned or controlled (partial 3 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 4 and guarantee quality at the foreign factory/foundry. 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Storage and Handling Requirements 7 1. Protect all parts so that no damage or deterioration will occur during a prolonged 8 delay from the time of shipment until installation is completed and the units and 9 equipment are ready for operation. 10 2. Protect all equipment and parts against any damage during a prolonged period at the 11 site. 12 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 13 strongly built and securely bolted thereto. 14 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 15 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 16 extremes in temperature. 17 6. Secure and maintain a location to store the material in accordance with Section 01 18 66 00. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY 21 A. Manufacturer Warranty 22 1. Manufacturer’s Warranty shall be in accordance with Division 1. 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 25 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 26 A. Manufacturers 27 1. Only the manufacturers as listed on the City’s Standard Products List will be 28 considered as shown in Section 01 60 00. 29 a. The manufacturer must comply with this Specification and related Sections. 30 2. Any product that is not listed on the Standard Products List is considered a 31 substitution and shall be submitted in accordance with Section 01 25 00. 32 B. Description 33 1. Regulatory Requirements 34 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 35 shall meet or exceed the requirements of this Specification. 36 b. All valve components in contact with potable water shall conform to the 37 requirements of NSF 61. 38 C. Materials 39 33 12 20 - 6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Valve Body 1 a. Valve body: ductile iron per ASTM A536 2 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. 3 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 4 C111/A21.11. 5 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 6 mils, meeting AWWA C550 requirements 7 e. Buried valves: Provide with polyethylene encasement in accordance with 8 AWWA/ANSI C105/A21.5. 9 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 10 2. Wedge (Gate) 11 a. Resilient wedge: rated at 250 psig cold water working pressure 12 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 13 permanently bonded EPDM rubber. 14 3. Bypass 15 a. For gate valves using a double roller, track and scrapper system, an integrally 16 cast bypass on the body of the valve is required. 17 1) Orient the bypass on the same side of the gate valve as the spur gear to 18 allow operation of both valves from the manhole opening. 19 2) The bypass shall be a minimum 4-inch in size. 20 4. Gate Valve Bolts and Nuts 21 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 22 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch 23 through 12-inch valves) or as specified in 2.2.C.4.b. 24 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 25 sizes) and for valves 16-inch through 36-inch (non-buried service) 26 5. Bolts and Nuts 27 a. Mechanical Joints 28 a) Provide bolts and nuts in accordance with Section 33 11 05. 29 b. Flanged Ends 30 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 31 material. 32 2) Provide bolts and nuts in accordance with Section 33 11 05. 33 3) Flanged isolation kits shall be provided when connecting to buried steel or 34 concrete pressure pipe. Kits shall conform to Section 33 04 10. 35 6. Joints 36 a. Valves: flanged, or mechanical-joint or any combination of these as specified 37 on the Drawings or in the project Specifications 38 1) Flanged-joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 39 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 40 Class 125. 41 b) Field fabricated flanges are prohibited. 42 2) Steel or concrete pressure pipe 43 a) Use flange-joints unless otherwise specified in the Contract 44 Documents. 45 3) Ductile Iron or PVC pressure pipe 46 a) Use mechanical joints with mechanically restrained retainer glands 47 unless otherwise specified in the Contract Documents. 48 33 12 20 - 7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 7. Operating Nuts 1 a. Supply for buried service valves 2 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 3 c. Cast an arrow showing the direction of opening with the word “OPEN” on the 4 operating nut base. 5 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 6 direction. Nut shall be painted red per AWWA specifications 7 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 8 from transferring torque to that shaft or the gear box that exceeds the 9 manufacturer’s recommended torque. 10 f. Furnish handwheel operators for non-buried service, or when shown in the 11 Drawings. 12 8. Gearing 13 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 14 b. Bevel gears for horizontally mounted valves are not allowed. 15 c. The spur gear shall be designed and supplied by the manufacturer of the valve 16 as an integral part of the gate valve. 17 9. Gaskets 18 a. Provide gaskets in accordance with Section 33 11 05. 19 2.3 ACCESSORIES 20 A. All gate valves shall have the following accessories provided as part of the gate valve 21 installation: 22 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 23 within 1 foot of the surface of the ground, when the operating nut on the gate valve 24 is 3 feet or more beneath the surface of the ground. Extension Stems are: 25 a. Not required on City stock orders 26 b. Not to be bolted or attached to the valve-operating nut 27 c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting 28 loosely enough to allow deflection 29 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 30 sufficient quantity for assembly of each joint. 31 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 32 boxes and covers 33 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 ¼-inch 34 shafts, screw type, consisting of a top section and a bottom section. 35 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 36 in attached in Section 01 60 00. 37 c. Valve box covers shall be so designed that they can be easily removed to 38 provide access to valve operating nut. 39 d. Valve box covers must be designed to stay in position and resist damage under 40 AASHTO HS 20 traffic loads. 41 e. Each cover shall be casted with the word “WATER” or “RECLAIMED” in 42 raised letters on the upper surface. 43 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 44 1) Valve box covers shall be round for potable water applications and square 45 for reclaimed water applications. 46 33 12 20 - 8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 g. Box extension material shall be AWWA C900 PVC or ductile iron. 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 [NOT USED] 6 3.4 INSTALLATION 7 A. General 8 1. All valves shall be installed in vertical position when utilized in normal pipeline 9 installation. 10 2. Valves shall be placed at line and grade as indicated on the Drawings. 11 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Field Inspections 16 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 17 the opportunity to operate the valve. 18 2. The City shall be given the opportunity to inspect all buried flanges before they are 19 covered. 20 3. The Operator will be assessing the ease of access to the operating nut within the 21 valve box and ease of operating the valve from a fully closed to fully opened 22 position. 23 4. If access and operation of the valve meet the City’s criteria, then the valve will be 24 accepted as installed. 25 B. Non-Conforming Work 26 1. If access and operation of the valve or its appurtenances does not meet the City’s 27 criteria, the Contractor will remedy the situation until it meets the City’s criteria, at 28 the Contractor’s expense. 29 33 12 20 - 9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 SECTION 33 12 25 1 CONNECTION TO EXISTING WATER MAINS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Connection to existing water mains to include, but not limited to: 6 a. Cutting in a tee for a branch connection 7 b. Extending from an existing water main 8 c. Installing a tapping sleeve and valve 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 16 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 5. Section 33 05 30 – Location of Existing Utilities 18 6. Section 33 11 05 – Bolts, Nuts, and Gaskets 19 7. Section 33 11 10 – Ductile Iron Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Connection to an existing unpressurized Fort Worth Water Distribution System 23 Main that does not require the City to take part of the water system out of service 24 a. Measurement 25 1) This Item is considered subsidiary to the water pipe being installed. 26 b. Payment 27 1) The work performed and the materials furnished in accordance with this 28 Item are subsidiary to the unit price bid per linear foot of water pipe 29 complete in place, and no other compensation will be allowed. 30 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 31 that requires a shutdown of some part of the water system 32 a. Measurement 33 1) Measurement for this Item shall be per each connection completed. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each “Connection to Existing 37 Water Main” installed for: 38 a) Various sizes of existing water distribution main 39 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 c. The price bid shall include all aspects of making the connection including, but 1 not limited to: 2 1) Preparing submittals 3 2) Dewatering 4 3) Exploratory excavation (as needed) 5 4) Coordination and notification 6 5) Remobilization 7 6) Temporary lighting 8 7) Polyethylene encasement 9 8) Make-up pieces 10 9) Linings 11 10) Pavement removal 12 11) Excavation 13 12) Hauling 14 13) Disposal of excess material 15 14) Clean-up 16 15) Cleaning 17 16) Disinfection 18 17) Testing 19 3. Connection to an existing pressurized Fort Worth Water Distribution System Main 20 by Tapping Sleeve and Valve: 21 a. Measurement 22 1) Measurement for this Item shall be per each connection completed. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each “Tapping Sleeve and 26 Valve” installed for: 27 a) Various sizes of connecting main 28 b) Various sizes of existing water distribution main 29 c. The price bid shall include all aspects of making the connection including, but 30 not limited to: 31 1) Preparing submittals 32 2) Dewatering 33 3) Exploratory excavation (as needed) 34 4) Coordination and notification 35 5) Tapping Sleeve and Tapping Valve 36 6) Remobilization 37 7) Temporary lighting 38 8) Polyethylene encasement 39 9) Make-up pieces 40 10) Linings 41 11) Pavement removal 42 12) Excavation 43 13) Hauling 44 14) Disposal of excess material 45 15) Clean-up 46 16) Cleaning 47 17) Disinfection 48 18) Testing 49 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 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. American Society of Mechanical Engineers (ASME): 6 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 7 3. ASTM International (ASTM): 8 a. A36, Standard Specification for Carbon Structural Steel. 9 b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 10 High Temperature or High Pressure Service and Other Special Purpose 11 Applications 12 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 13 Pressure or High Temperature Service, or Both 14 d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 15 e. A283, Standard Specification for Low and Intermediate Tensile Strength 16 Carbon Steel Plates. 17 f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 18 and Intermediate-Tensile Strength. 19 g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 20 h. D2000, Standard Classification System for Rubber Products in Automotive 21 Applications. 22 4. American Water Works Association (AWWA): 23 a. C200, Steel Water Pipe - 6 IN and Larger. 24 b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 IN through 144 IN. 25 c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel 26 Water Pipelines. 27 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 28 5. American Water Works Association/American National Standards Institute 29 (AWWA/ANSI): 30 a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 31 b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 32 Fittings. 33 c. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron 34 Threaded Flanges. 35 6. NSF International (NSF): 36 a. 61, Drinking Water System Components – Health Effects. 37 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 38 (MSS): 39 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 40 1.4 ADMINISTRATIVE REQUIREMENTS 41 A. Pre-installation Meetings 42 1. Required for any connections to an existing, pressurized 16-inch or larger City 43 water distribution system main that requires a shutdown of some part of the water 44 system 45 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 2. May also be required for connections that involve shutting water service off t o 1 certain critical businesses 2 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time 3 for the work to occur. 4 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5 5. Review work procedures as submitted and any adjustments made for current field 6 conditions. 7 6. Verify that all valves and plugs to be used have adequate thrust restraint or 8 blocking. 9 7. Schedule a test shutdown with the City. 10 8. Schedule the date for the connection to the existing system. 11 B. Scheduling 12 1. Schedule work to make all connections to existing 16-inch and larger mains: 13 a. During the period from November through April, unless otherwise approved by 14 the City 15 b. During normal business hours from Monday through Friday, unless otherwise 16 approved by the City 17 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 18 planned disruption to the existing water system. 19 a. In the event that other water system activities do not allow the existing main to 20 be dewatered at the requested time, schedule work to allow the connection at an 21 alternate time acceptable to the City. 22 1) If water main cannot be taken out of service at the originally requested 23 time, coordination will be required with the City to discuss rescheduling 24 and compensation for mobilization. 25 2) No additional payment will be provided if the schedule was altered at the 26 Contractor’s request. 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section 01 33 00. 29 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 30 specials. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Product Data, if applicable 33 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 34 a. Dimensions, weights, material list, and detailed drawings 35 b. Maximum torque recommended by the manufacturer for the valve by size 36 B. Submittals 37 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 38 by City that includes: 39 a. Results of exploratory excavation 40 b. Dewatering 41 c. Procedure for connecting to the existing water main 42 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 d. Time period for completing work from when the water is shut down to when 1 the main is back in service 2 e. Testing and repressurization procedures 3 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 4 must be certified and provide Welding Certificates, upon request, in accordance 5 with AWWA C200. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING 10 A. Storage and Handling Requirements 11 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 12 from the time of shipment until installation is completed. 13 2. Protect all equipment and parts against any damage during a prolonged period at the 14 site. 15 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 16 built and securely bolted thereto. 17 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 18 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 19 extremes in temperature. 20 6. Secure and maintain a location to store the material in accordance with Section 01 21 66 00. 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY 24 A. Manufacturer Warranty 25 1. Manufacturer’s warranty shall be in accordance with Division 1. 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 29 A. Manufacturers 30 1. Only the manufacturers as listed by the City’s Standard Products List will be 31 considered as shown in Section 01 60 00. 32 a. The manufacturer must comply with this Specification and related Sections. 33 2. Any product that is not listed on the Standard Products List is considered a 34 substitution and shall be submitted in accordance with Section 01 25 00. 35 B. Description 36 1. Regulatory Requirements 37 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 1 this Specification. 2 b. All valve components in contact with potable water shall conform to the 3 requirements of NSF 61. 4 C. Tapping Sleeve Materials 5 1. Body 6 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 7 A36 Steel or equal 8 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 9 applied per AWWA C213. 10 c. All buried tapping sleeves shall be provided with polyethylene encasement in 11 accordance with AWWA/ANSI C105/A21.5. 12 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 13 2. Flange 14 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 15 B16.1 Class 125. 16 b. Recessed for tapping valve per MSS SP-60 17 3. Bolts and Nuts 18 a. Flanged Ends 19 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 20 material. 21 2) Provide bolts and nuts in accordance with Section 33 11 05. 22 4. Gaskets 23 a. Provide gaskets in accordance with Section 33 11 05. 24 5. Test Plug 25 a. ¾-inch NPT carbon steel with square head and fusion bonded epoxy coating 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. Verify by exploratory excavation, if needed, that existing water main is as depicted 33 in the Drawings and that the location is suitable for a connection to the existing 34 water main. 35 a. Excavate and backfill trench for the exploratory excavation in accordance with 36 33 05 10. 37 2. Verify that all equipment and materials are available on–site prior to the shutdown 38 of the existing main. 39 3. Pipe lines shall be completed, tested and authorized for connection to the existing 40 system in accordance with Section 33 04 40. 41 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 3.3 PREPARATION [NOT USED] 1 3.4 INSTALLATION 2 A. General 3 1. Upon disruption of the existing water main, continue work until the connection is 4 complete and the existing water main is back in service. 5 B. Procedure 6 1. Expose the proposed connection point in accordance with Section 33 05 10. 7 2. Dewater the existing water line so the chlorinated water is not unlawfully 8 discharged. 9 3. Maintain the water that may bleed by existing valves or plugs during installation 10 within the work area to a reasonable level. 11 a. Control the water in such a way that it does not interfere with the proper 12 installation of the connection or create a discharge of chlorinated water. 13 4. If any discharge of chlorinated water occurs, discharged water shall be de-14 chlorinated in accordance with Section 33 04 40 15 5. Cut and remove existing water main in order to make the connection. 16 6. Verify that the existing pipe line is suitable for the proposed connection. 17 7. Place trench foundation and bedding in accordance with 33 05 10. 18 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 19 water main shall be submitted to the City. 20 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 21 10. Establish thrust restraint as provided for in the Drawings. 22 11. Clean and disinfect the pipeline associated with the connection in accordance with 23 Section 33 04 40. 24 12. Place embedment to the top of the pipe zone. 25 13. Request that the City Valve Crew re-pressurize the pipeline. 26 14. Directionally flush the connection in accordance with Section 33 04 40. 27 15. Request that City Valve Crew open all remaining valves. 28 3.5 REPAIR/RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 3.14 ATTACHMENTS [NOT USED] 1 END OF SECTION 2 3 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 4 33 12 30 - 1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 12 30 1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. 2-inch through 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies 6 (Combination Air Valves) for potable water systems including: 7 a. Combination air-release and air/vacuum valve 8 b. Tap to water main 9 c. Lead-free Inlet piping and appurtenances 10 d. Vent piping and appurtenances 11 e. Vault enclosure and appurtenances 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 – General Requirements 18 3. Section 33 05 13 – Frame, Cover and Grade Rings 19 4. Section 33 11 10 – Ductile Iron Pipe 20 5. Section 33 11 11 – Ductile Iron Fittings 21 6. Section 33 11 14 – Buried Steel Pipe and Fittings 22 7. Section 33 12 10 – Water Services 1-Inch to 2-Inch 23 8. Section 33 12 20 – Resilient Seated (Wedge) Gate Valve 24 9. Section 33 39 20 – Precast Concrete Manholes 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Measurement 28 a. Measurement for this Item shall be per each. 29 2. Payment 30 a. The work performed and materials furnished in accordance with this Item and 31 measured as provided under “Measurement” will be paid for at the unit price 32 bid per each “Water Air Release Valve & Vault” installed for: 33 1) Various inlet sizes 34 3. The price bid shall include: 35 a. Furnishing and installing Combination Air Valves with appurtenances as 36 specified in the Drawings 37 b. Air valve vault and appurtenances 38 c. Tapping the main 39 d. Isolation valves 40 33 12 30 - 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 e. Fittings 1 f. Vent piping 2 g. Vent cover and/or enclosure 3 h. Vent enclosure and/or pipe bollard protection, if required 4 i. Excavation and backfill 5 1.3 REFERENCES 6 A. Definitions 7 1. Combination Air Valve: A device having the features of both an air-release valve 8 and an air/vacuum valve 9 2. Inlet: The opening at the base of the Combination Air Valve mechanism through 10 which air and water from the pipeline enters 11 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 12 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less 13 than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water 14 Act (P.L. 111-380). 15 5. Orifice: The opening in the Combination Air Valve mechanism through which air 16 is expelled from or admitted into the pipeline or piping system. Some valves may 17 have multiple orifices. 18 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the 19 orifice, through which air enters or exits the Air Valve 20 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet 21 to its termination point outside the vault 22 B. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2. American Iron and Steel Institute (AISI). 27 3. ASTM International (ASTM): 28 a. A536, Standard Specification for Ductile Iron Castings. 29 4. American Water Works Association (AWWA): 30 a. C512, Air-Release, Air/Vacuum, and Combination Air Valves for Waterworks 31 Service. 32 b. M51, Air-Release, Air/Vacuum, and Combination Air Valves. 33 5. NSF International (NSF): 34 a. 61, Drinking Water System Components - Health Effects. 35 6. Reduction of Lead in Drinking Water Act 36 a. Public Law 111-380 (P.L. 111-380) 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 33 12 30 - 3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1 A. Product Data 2 1. Combination Air Valves 3 a. Application type 4 b. Working pressure rating 5 c. Test pressure rating 6 d. Surge pressure rating 7 e. Inlet size 8 f. Small orifice size 9 g. Large orifice size 10 2. Valve vault and appurtenances 11 3. Tapping appurtenances 12 4. Isolation valves 13 5. Fittings 14 6. Vent piping 15 7. Vent cover and/or enclosure 16 8. Vent enclosure and/or pipe bollard protection 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Combination Air Valves of the same size shall be the product of 1 23 manufacturer, unless approved by the City. 24 b. Combination air valves shall be in conformance with AWWA C512. 25 B. Certifications 26 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with 27 AWWA C512. 28 1.10 DELIVERY, STORAGE, AND HANDLING 29 A. Storage and Handling Requirements 30 1. Protect all parts such that no damage or deterioration will occur during a prolonged 31 delay from the time of shipment until installation is completed and the units and 32 equipment are ready for operation. 33 2. Protect all equipment and parts against any damage during a prolonged period at the 34 site. 35 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 36 strongly built and securely bolted thereto. 37 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 38 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 39 extremes in temperature. 40 33 12 30 - 4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 6. Secure and maintain a location to store the material in accordance with 1 Section 01 66 00. 2 1.11 FIELD CONDITIONS [NOT USED] 3 1.12 WARRANTY 4 A. Manufacturer Warranty 5 1. Manufacturer’s Warranty shall be in accordance with Division 1. 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 8 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 9 A. Manufacturers 10 1. Only the manufacturers as listed on the City’s Standard Products List will be 11 considered as shown in Section 01 60 00. 12 a. The manufacturer must comply with this Specification and related sections. 13 2. Any product that is not listed on the Standard Products List is considered a 14 substitution and shall be submitted in accordance with Section 01 25 00. 15 3. The Combination Air Valve shall be new and the product of a manufacturer 16 regularly engaged in the manufacturing of air release/air vacuum valves having 17 similar service and size. 18 B. Description 19 1. Regulatory Requirements 20 a. Combination Air Valves shall meet or exceed the latest revisions of 21 AWWA C512 and shall meet or exceed the requirements of this Specification. 22 b. All Combination Air Valve components in contact with potable water shall 23 conform to the requirements of NSF 61. 24 c. All materials shall conform to the Reduction of Lead in Drinking Water 25 Act (P.L. 111-380). This Act defines “Lead-free” for pipes and other 26 appurtenances to be less than 0.25 percent lead. 27 C. Performance / Design Criteria 28 1. Capacities 29 a. Water Application = Potable Water 30 b. Working Pressure from 10 psi to 150 psi 31 c. Test Pressure = 225 psi 32 d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract 33 Documents 34 e. Size 35 1) Each orifice size must be sufficient to meet the requirements set forth in 36 AWWA M51 and indicated on the Drawings. 37 2. Function 38 a. High volume discharge during pipeline filling 39 b. High volume intake through the large orifice 40 c. Pressurized air discharge 41 d. Surge Dampening/Controlled discharge rates 42 33 12 30 - 5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) The valve shall have an integral surge alleviation mechanism which shall 1 operate automatically to limit transient pressure rise or shock induced by 2 closure due to high velocity air discharge or the subsequent rejoining of the 3 separated water columns. The limitation of the pressure rise shall be 4 achieved by decelerating the approaching water prior to valve closure. 5 D. Materials 6 1. Combination Air Valve 7 a. Internal parts 8 1) Non-corroding material such as stainless steel or high density polyethylene 9 b. Valve body 10 1) AISI 304 stainless steel or ASTM A536 ductile iron 11 2) Equipped with intake and discharge flanges 12 c. Inlet/Discharge orifice area 13 1) Equal to the nominal size of the valve 14 E. Finishes 15 1. Finish Materials 16 a. Supply all ductile iron Combination Air Valves with a factory applied fusion 17 bonded epoxy coating with a final coating thickness of 16 mils minimum. 18 2.3 ACCESSORIES 19 A. For 2-inch Combination Air Valve Assemblies: 20 1. Tap 21 a. Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in 22 accordance with Section 33 12 10 23 2. Inlet Piping 24 a. 2-inch outlet between the tap and the isolation valve with the following: 25 1) Threaded, lead-free brass piping 26 2) Threaded, lead-free brass tee 27 3) Threaded, lead-free brass hand wheel valves 28 3. Vent Piping 29 a. 4-inch minimum diameter, in accordance with the Drawings 30 4. Vent Screen 31 a. Stainless Steel (AISI 304) 32 5. Dropover Enclosure 33 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 34 6. Vault 35 a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 36 33 39 20. 37 b. Provide a 32-inch hinged cover with frame and grade ring in accordance with 38 Section 33 05 13. 39 c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 40 manufactured by Grinell, or equal, in accordance with the Drawings 41 B. For 3-inch to 8-inch Combination Air Valve Assemblies: 42 1. Tap 43 a. For 24-inch diameter mains: 44 1) Provide 24-inch blind flange outlet 45 33 12 30 - 6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. For mains with 30-inch and greater diameter: 1 1) Provide 30-inch blind flange outlet 2 c. For ductile iron and PVC mains, provide mechanical joint x flange tee with 3 tapped flange. 4 2. Inlet Piping 5 a. Flanged ductile iron or steel, depending on main material, in accordance with 6 Drawings 7 b. Corporation stops shall be in accordance with Section 33 12 10 and with 8 Drawings. 9 3. Isolation Valves 10 a. Gate valve (flanged) in accordance with Section 33 12 20 with: 11 1) 2-inch operating nut, non-rising stem with enclosed miter gearing for 3-12 inch and larger gate valves 13 4. Vent Piping 14 a. 4-inch minimum, ductile iron pipe, in accordance with Drawings 15 5. Vent Screen 16 a. Stainless Steel (AISI 304) 17 6. Dropover Enclosure 18 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 19 7. Vault 20 a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. 21 b. Manhole dimensions shall be in accordance with Drawings. 22 c. Provide a 32-inch hinged cover with frame and grade ring in accordance with 23 Section 33 05 13. 24 d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 25 manufactured by Grinell, or equal, in accordance with the Drawings 26 C. Finishes 27 1. Primer Materials 28 a. Prime Vent Piping within vault, as well as above ground, for finish with a 29 product listed in on the City’s Standard Products List in Section 01 60 00, 30 unless otherwise stated in the Drawings. 31 2. Finish Materials 32 a. Paint Vent Piping within vault, as well as above ground, with a product listed in 33 on the City’s Standard Products List in Section 01 60 00, unless otherwise 34 stated in the Drawings. 35 b. Color to be selected by the City. 36 2.4 SOURCE QUALITY CONTROL 37 A. Tests and Inspections 38 1. Testing and inspection of Combination Air Valves shall be in accordance with 39 AWWA C512. 40 B. Markings 41 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. 42 33 12 30 - 7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PART 3 - EXECUTION 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 INSTALLATION 5 A. General 6 1. Install in accordance with manufacturer’s recommendations and as shown on the 7 Drawings. 8 2. Above ground and vault interior ductile iron piping and valves shall be painted in 9 accordance with City requirements, unless otherwise stated in the Drawings. 10 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in 11 accordance with Section 33 11 10 and Section 33 11 11 respectively. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL 15 A. Field Inspections 16 1. Pipe the large and small orifices directly to the vent piping. There direct discharge 17 of an orifice to an underground vault. 18 2. The valve shall perform as intended with no deformation, leaking or damage of any 19 kind for the pressure ranges indicated. 20 3. Before acceptance of the installed valve, the City Field Operations Staff shall have 21 the opportunity to inspect and operate the valve. 22 4. The City will assess the ease of access to the operating nut and ease of operating the 23 corporation stop. 24 5. If access and operation of the valve and its appurtenances meet the City Standard 25 Detail, then the valve will be accepted as installed. 26 6. The Combination Air Valve assembly shall be free from any leaks. 27 B. Non-Conforming Work 28 1. If access and operation of the valve or its appurtenances does not meet the City’s 29 criteria, the Contractor will remedy the situation until it meets the City’s criteria, at 30 the Contractor’s expense. 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 33 12 30 - 8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3.14 ATTACHMENTS [NOT USED] 1 END OF SECTION 2 3 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson General: Modified specification to reflect materials and equipment in City Standard Detail; Removed cast-in-place manhole references 4 33 12 40 - 1 FIRE HYDRANTS Page 1 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 SECTION 33 12 40 1 FIRE HYDRANTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Dry-barrel fire hydrants with 51/4-inch main valve for use with potable water mains 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 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 12 4. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 13 5. Section 33 11 10 – Ductile Iron Pipe 14 6. Section 33 11 11 – Ductile Iron Fittings 15 7. Section 33 11 14 – Buried Steel Pipe and Fittings 16 8. Section 33 12 20 – Resilient Seated (Wedge) Gate Valve 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. Fire Hydrant and Extension 21 1) Measurement for this item shall be by the each hydrant, complete in place. 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured under “Measurement” will be paid for at the unit prices bid per each 25 “Fire Hydrant” installed. 26 3. The price bid shall include: 27 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 28 Drawings 29 b. Dry-Barrel Fire Hydrant assembly from base to operating nut 30 c. Extension barrel and stem 31 d. Adjusting hydrant to the appropriate height 32 e. Painting 33 f. Pavement Removal 34 g. Excavation 35 h. Freight, loading, unloading and handling 36 i. Disposal of excess material 37 j. Furnish, placement and compaction of embedment 38 k. Furnish, placement and compaction of backfill 39 l. Blocking, Braces and Rest 40 m. Clean up 41 33 12 40 - 2 FIRE HYDRANTS Page 2 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 n. Disinfection 1 o. Testing 2 1.3 REFERENCES 3 A. Definitions 4 1. Base: The lateral connection to the fire hydrant lead; also called a shoe 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Water Works Association (AWWA): 10 a. C502, Dry-Barrel Fire Hydrants 11 b. Manual of Water Supply Practices M17 (AWWA Manual M17) – Installation, 12 Field Testing, and Maintenance of Fire Hydrants 13 3. NSF International 14 a. 61, Drinking Water System Components – Health Effects 15 4. National Fire Protection Association (NFPA) 16 a. 1963, Standard for Fire Hose Connections 17 5. Underwriters Laboratories, Inc. (UL) 18 a. 246, Hydrants for Fire-Protection Service 19 6. Factory Mutual (FM) 20 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 21 Private Fire Service 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be approved by the City prior to construction. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 A. Product Data 28 1. Dry-Barrel Fire Hydrant stating: 29 a. Main valve opening size 30 b. Nozzle arrangement and sizes 31 c. Operating nut size 32 d. Operating nut operating direction 33 e. Working pressure rating 34 f. Component assembly and materials 35 g. Coatings and Finishes 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE 39 A. Qualifications 40 1. Manufacturers 41 a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. 42 33 12 40 - 3 FIRE HYDRANTS Page 3 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 1) Change orders, specials and field changes may be provided by a different 1 manufacturer upon City approval. 2 2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and 3 FM 1510. 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 7 AWWA Manual M17. 8 2. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 3. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 7. Secure and maintain a location to store the material in accordance with Section 01 19 66 00. 20 1.11 FIELD CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer’s Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City’s Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer 34 regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar 35 service and size. 36 B. Description 37 1. Regulatory Requirements 38 a. Dry-Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA 39 C502 and shall meet or exceed the requirements of this Specification. 40 33 12 40 - 4 FIRE HYDRANTS Page 4 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 b. All Dry-Barrel Fire Hydrant components in contact with potable water shall 1 conform to the requirements of NSF 61. 2 C. Performance / Design Criteria 3 1. Capacities 4 a. Rated working pressure of 250 psi or greater 5 2. Design Criteria 6 a. Operating nut 7 1) Uniformly tapered square nut measuring: 8 a) 1 inch at the base 9 b) 7/8 inch at the top 10 2) Open by turning the operating nut to the right (clockwise) 11 a) Provide operating direction clearly marked with an arrow and the word 12 “OPEN”. 13 3) Provide weather shield with operating nut. 14 b. Main Valve 15 1) Minimum 51/4-inch opening 16 2) Compression type 17 a) Opening against pressure 18 b) Closing with pressure 19 c. Nozzles 20 1) ‘T’ shape, 3 nozzle arrangement 21 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 22 a) Hose nozzles 23 (1) 2 x 21/2-inch (nominal size of connection) 24 (a) 180 degrees apart 25 (b) Thread Designation 2.5-7.5 NH (NFPA 1963) 26 b) Pump nozzle 27 (1) 4-inch (nominal size of connection) 28 (a) Thread Designation 4-4 NH (NFPA 1963) 29 d. Hydrant Barrel Configuration 30 1) Upper barrel 31 2) Breakable flange and stem 32 a) To be installed above ground at the connection to the upper barrel 33 3) Extension barrel (if needed) and lower barrel 34 a) Extension barrel and stem 35 (1) Lengthen in 6-inch increments 36 e. Drain Valve 37 1) Non-corrodible material 38 2) Spring operated drain valves are not allowed. 39 D. Function 40 1. Drain Valve 41 a. Drain fire hydrant barrels when main valve is closed. 42 E. Materials 43 1. Furnish materials in accordance with AWWA C502. 44 2. Dry-Barrel Fire Hydrant Assembly 45 a. Internal parts 46 1) Threads 47 33 12 40 - 5 FIRE HYDRANTS Page 5 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 a) Provide operating thread designed to avoid metal such as iron or steel 1 threads against iron or steel parts. 2 2) Stem 3 a) Stem Nuts 4 (1) Provide bronze stem nuts. 5 (a) Grades per AWWA C502 6 b) Where needed, stem shall be grooved and sealed with O-rings. 7 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 8 F. Finishes 9 1. Primer Materials 10 a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 11 2. Finish Materials 12 a. Dry-Barrel Fire Hydrant 13 1) Exterior 14 a) Above grade 15 (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant 16 assembly components in accordance with AWWA C502. 17 (2) Coating shall be Flynt Aluminum Paint in Silver. 18 b) Below grade 19 (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant 20 assembly components in accordance with AWWA C502. 21 2) Interior 22 a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance 23 with AWWA C502 24 2.3 ACCESSORIES 25 A. Polyethylene Encasement 26 1. Provide polyethylene encasement in accordance with Section 33 11 10. 27 B. Embedment 28 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 29 2.4 SOURCE QUALITY CONTROL 30 A. Tests and Inspections 31 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA 32 C502. 33 B. Markings 34 1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. 35 PART 3 - EXECUTION [NOT USED] 36 3.1 INSTALLERS [NOT USED] 37 3.2 EXAMINATION [NOT USED] 38 3.3 PREPARATION [NOT USED] 39 3.4 INSTALLATION 40 A. General 41 33 12 40 - 6 FIRE HYDRANTS Page 6 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 1. Install in accordance with AWWA Manual of Water Supply Practice M17, 1 manufacturer’s recommendations and as shown on the Drawings. 2 2. Provide vertical installation with braces, rest and blocking in accordance with City 3 Standard Details. 4 3. Excavate and backfill trenches in accordance with 33 05 10. 5 4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 10. 6 a. At the location of the weep holes, wrap barrel with polyethylene encasement 7 and crushed rock with filter fabric to prevent dirt and debris from entering the 8 fire hydrant. 9 5. Polyethylene encasement installation shall be in accordance with the applicable 10 portion of Section 33 11 10. 11 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 12 in the Drawings. 13 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 14 accordance with AWWA Manual of Water Supply Practice M17, to allow drain 15 outlets to operate. 16 a. The crushed rock should extend 6 inches above the drain outlets and a 17 minimum of 1 foot on all sides of the fire hydrant base. 18 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 19 a. Cover is measured from the invert at the fire hydrant base, vertical to ground 20 elevation. 21 b. Fittings may be used along fire lead line to ensure minimum and maximum 22 cover requirements are met. 23 3.5 REPAIR / RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD CONTROL 26 A. Field Inspections 27 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no 28 deformation, leaking or damage of any kind for the pressure ranges indicated. 29 2. City inspector will issue final inspection notice to City staff. 30 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 31 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 32 accordance with AWWA Manual of Water Supply Practice M17. This includes but 33 is not limited to: 34 a. Operation of Nozzles and operating nut are not obstructed. 35 b. Drain valve is not obstructed or plugged 36 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 37 water line it’s connected to is put in service. 38 B. Non-Conforming Work 39 1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not 40 meet the criteria of the AWWA Manual of Water Supply Practice M17, the 41 Contractor will remedy the situation criteria, at the Contractor’s expense. 42 33 12 40 - 7 FIRE HYDRANTS Page 7 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 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 6 3.14 ATTACHMENTS 7 END OF SECTION 8 9 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.F.2.a.1).a).(2) Added paint manufacturer specification 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations 11/27/2013 D. Townsend Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380) – All material s to be lead-free in accordance with this act. Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2 1/3/2014 D. Townsend H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous revisions related to “lead-free” requirement are now deleted including those revisions made 11/27/2013, those being: Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2 10 33 12 50 - 1 WATER SAMPLING STATIONS Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 12 50 1 WATER SAMPLING STATIONS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Water sampling stations for potable water mains 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Products Installed But Not Furnished Under This Section 9 1. 1-inch water service line 10 a. From water main to curb stop (including tap) 11 D. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 03 30 00 – Cast-In -Place Concrete 16 4. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 17 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 12 10 – Water Services 1-inch to 2-inch 19 7. Section 33 12 25 – Connections to Existing Water Mains 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Water Sampling Station 23 a. Measurement 24 1) Measurement for this Item shall be per each. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the unit price bid per each “Water Sampling 28 Station” completed in place. 29 c. The price bid includes: 30 1) Furnishing and installing Sampling Station with appurtenances as specified 31 in the Drawings 32 2) Meter box and Lid 33 3) Concrete support block 34 4) Curb stop 35 5) Fittings 36 6) Incidental 5 feet of service line 37 7) Pavement Removal 38 8) Excavation 39 9) Hauling 40 33 12 50 - 2 WATER SAMPLING STATIONS Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 10) Disposal of excess material 1 11) Clean up 2 12) Disinfection 3 13) Testing 4 2. Water Sampling Station installed per City Standard Details. 5 a. Measurement 6 1) This Item is considered subsidiary to Water Meter Vault. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item are subsidiary to the unit price per each Water Meter Vault (with 10 Sampling Station) installed and no other compensation will be allowed. 11 1.3 REFERENCES 12 A. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16 2. NSF International 17 a. 61, Drinking Water System Components – Health Effects 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 construction. 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 23 A. Product Data 24 1. Product Data submitted in accordance with Section 33 12 10. 25 2. Sampling Station 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Protect all parts such that no damage or deterioration will occur during a prolonged 32 delay from the time of shipment until installation is completed and the units and 33 equipment are ready for operation. 34 2. Protect all equipment and parts against any damage during a prolonged period at the 35 site. 36 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 37 extremes in temperature. 38 4. Secure and maintain a location to store the material in accordance with Section 01 39 66 00. 40 33 12 50 - 3 WATER SAMPLING STATIONS Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED PRODUCTS 4 A. Water sampling station 5 1. Eclipse TM Number 88 Sampling Station, or approved equal, with 12-inch depth of 6 bury 7 2. Lockable, aluminum weather shield enclosure 8 3. Brass internal piping and appurtenances 9 4. Galvanized riser pipe 10 5. Brass isolation valve with ¾-inch female iron pipe inlet 11 6. Removable parts that require no excavation 12 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed on the City’s Standard Products List will be 15 considered as shown in Section 01 60 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 01 25 00. 19 3. The Water Services and appurtenances shall be new and the product of a 20 manufacturer regularly engaged in the manufacturing of Water Services and 21 appurtenances having similar service and size. 22 B. Description 23 1. Regulatory Requirements 24 a. All Water Sampling Station components in contact with potable water shall 25 conform to the requirements of NSF 61. 26 C. Materials / Design Criteria 27 1. Water Service 28 a. In accordance with Section 33 12 10 include: 29 1) 1-inch Water Service 30 2) ¾-inch Water Service 31 3) 1-inch Corporation Stop 32 4) 1-inch Curb Stop 33 5) Fittings 34 6) 1-inch standard plastic meter box 35 2. Concrete Pad 36 a. In accordance with Section 03 30 00 37 b. Dimensions 38 1) 2 feet x 2 feet 39 2) 6 inches thick 40 c. Design 41 33 12 50 - 4 WATER SAMPLING STATIONS Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Class ‘B’ Concrete (2500 psi) 1 2) Reinforced with #4 Rebar 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL 4 A. Tests, Inspections and Markings 5 1. Conform to Section 33 12 10. 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Install Sampling Station in accordance with City Standard Details and Section 33 13 12 10 Water to include: 14 a. 1-inch Corporation Stop 15 b. 1-inch Water Service 16 c. 1-inch Curb Stop 17 d. 1-inch 90 Degree Elbow 18 e. 1 inch x ¾ inch Reducer 19 f. ¾-inch Water Service 20 g. Sampling Station 21 h. 1-inch standard plastic meter box 22 i. Concrete Pad 23 2. Where appropriate, place sampling station adjacent to power pole, elevated tank, 24 street sign, tree or fire hydrant 25 a. Typical installation on short side of street 26 b. When placing adjacent to fire hydrant: 27 1) Maintain 4-foot offset from fire hydrant and lead. 28 2) Do not tap fire hydrant lead line. 29 c. For installations adjacent to valves along large water mains, connect to existing 30 large valve copper riser. 31 1) Do not tap main, unless approved by City. 32 3. Excavate, embed and backfill trenches in accordance with 33 05 10. 33 3.5 REPAIR / RESTORATION [NOT USED] 34 3.6 RE-INSTALLATION [NOT USED] 35 3.7 FIELD QUALITY CONTROL 36 A. Field Tests and Inspections 37 1. See Section 33 12 10. 38 33 12 50 - 5 WATER SAMPLING STATIONS Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 12/20/2012 D. Johnson 1.2.A.1.c – 1-inch standard meter box added to price bid 2.2.C.1.a - 1-inch standard meter box added to materials list 3.4.A.1 - 1-inch standard meter box added to installation 10 33 12 60 - 1 STANDARD BLOW-OFF ASSEMBLY Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 SECTION 33 12 60 1 STANDARD BLOW-OFF ASSEMBLY 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Standard Blow-off Assembly (6-inch thru 12-inch) 6 B. Products Installed but Not Furnished Under This Section 7 1. None 8 C. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 D. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 – General Requirements 14 3. Section 03 30 00 – Cast-in-Place Concrete 15 4. Section 03 80 00 – Modifications to Existing Concrete Structures 16 5. Section 33 05 10 – Utility Trench Excavation, Embedment, and Backfill 17 6. Section 33 05 13 – Frame, Cover and Grade Rings 18 7. Section 33 11 10 – Ductile Iron Pipe 19 8. Section 33 11 11 – Ductile Iron Fittings 20 9. Section 33 11 13 – Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 21 10. Section 33 11 14 – Buried Steel Pipe and Fittings 22 11. Section 33 12 20 – Resilient Seated Gate Valve 23 12. Section 33 39 10 – Cast-in-Place Concrete Manholes 24 13. Section 33 39 20 – Precast Concrete Manholes 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Measurement 28 a. Measurement for this Item shall be per each. 29 b. Measurement includes gate valves, piping, appurtenances, manhole and cast-in-30 place concrete bases. 31 1) Tee or outlet from water main is measured and paid for separately. 32 2. Payment 33 a. The work performed and the materials furnished in accordance with this Item 34 shall be paid for at the unit price bid per each “Blow Off Valve” installed for: 35 1) Various sizes 36 3. The price bid shall include: 37 33 12 60 - 2 STANDARD BLOW-OFF ASSEMBLY Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 a. Excavation 1 b. Pre-cast or cast-in-place concrete manhole and appurtenances 2 c. Cast-in-place concrete gate valve bases 3 d. Crushed rock foundation 4 e. Hinged frame and cover 5 f. Piping, valves and appurtenances 6 g. Fittings (excluding tee or outlet on water main) 7 h. Horizontal thrust blocking 8 i. Backfill 9 j. Pavement removal 10 k. Hauling 11 l. Disposal of excess material 12 m. Placement and compaction of backfill 13 n. Clean-up 14 o. Surface restoration associated with blow-off valve manhole and piping 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS 18 A. All submittals shall be in accordance with Section 01 33 00. 19 B. All submittals shall be approved by the City prior to delivery. 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 21 A. Product Data 22 1. Precast Concrete Manhole 23 2. Piping 24 3. Isolation Valves 25 4. Frame and Cover 26 5. Concrete mix design for gate valve bases 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY 33 A. Manufacturer Warranty 34 1. Manufacturer’s warranty shall be in accordance with Division 1. 35 33 12 60 - 3 STANDARD BLOW-OFF ASSEMBLY Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PART 2 - PRODUCTS 1 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 3 A. Materials 4 1. Cast-in-Place or Precast Concrete Manholes – Conform to Sections 33 39 10 or 33 5 39 20 6 2. Gate Valves – Conform to Section 33 12 20 7 3. Ductile Iron Pipe – Conform to Section 33 11 10 8 4. Ductile Iron Fittings – Conform to Section 33 11 11 9 5. Hinged Frame and Cover – Conform to Section 33 05 13 10 6. Concrete Mix Design – Conform to Section 03 30 00 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION 16 A. Evaluation and Assessment 17 1. Verify lines and grades are in accordance to the Drawings. 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. Install blow-off assembly in accordance with respective manufacturer’s 21 recommendations. 22 B. Pipe Penetrations 23 1. Conform to Section 03 80 00. 24 33 12 60 - 4 STANDARD BLOW-OFF ASSEMBLY Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 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 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 33 31 20 - 1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 SECTION 33 31 20 1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer 6 applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 – General Requirements 13 3. Section 33 01 30 – Sewer and Manhole Testing 14 4. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 15 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16 6. Section 33 05 26 – Utility Markers/Locators 17 7. Section 33 31 50 – Sanitary Sewer Service Connections and Service Line 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measured horizontally along the surface from center line to center line of the 22 manhole or appurtenance 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured as provided under “Measurement” will be paid for at the unit price bid 26 per linear foot of “PVC Pipe” installed for: 27 1) Various sizes 28 2) Various Standard Dimension Ratios 29 3) Various embedments 30 4) Various depths, for miscellaneous projects only 31 3. The price bid shall include: 32 a. Furnishing and installing PVC gravity pipe with joints as specified by the 33 Drawings 34 b. Pavement removal 35 c. Excavation 36 d. Hauling 37 e. Disposal of excess material 38 f. Furnishing, placement and compaction of embedment 39 g. Furnishing, placement and compaction of backfill 40 33 31 20 - 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 h. Trench water stops 1 i. Clean-up 2 j. Cleaning 3 k. Testing 4 1.3 REFERENCES 5 A. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Association of State Highway and Transportation (AASHTO). 10 3. ASTM International (ASTM): 11 a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) 12 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 13 b. D2412, Standard Test Method for Determination of External Loading 14 Characteristics of Plastic Pipe by Parallel-Plate Loading. 15 c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) 16 Sewer Pipe and Fittings. 17 d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes 18 Using Flexible Elastomeric Seals. 19 e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter 20 Plastic Gravity Sewer Pipe and Fittings. 21 4. Texas Commission on Environmental Quality (TCEQ): 22 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 – Pipe Design. 23 b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 – Criteria for Laying 24 Pipe. 25 c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 – Testing 26 Requirements for Installation of Gravity Collection System Pipes. 27 5. Underwriters Laboratories, Inc. (UL). 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data 34 1. Product data sheet 35 2. Manufacturer 36 3. Nominal pipe diameter 37 4. Standard dimension ratio (SDR) 38 5. Cell classification 39 6. Laying lengths 40 B. Certificates 41 33 31 20 - 3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of 1 this Section and has been air and deflection tested and meets the requirements of 2 ASTM D3034 and ASTM F679. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Qualifications 7 1. Manufacturers 8 a. Finished pipe shall be the product of 1 manufacturer for each size per project, 9 unless otherwise approved by the City. 10 1) Change orders, specials and field changes may be provided by a different 11 manufacturer upon City approval. 12 b. Pipe manufacturing operations shall be performed under the control of the 13 manufacturer. 14 c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15 15-inch) and ASTM F679 (18-inch through 27-inch). 16 1.10 DELIVERY, STORAGE, AND HANDLING 17 A. Storage and Handling Requirements 18 1. Gravity pipe shall be stored and handled in accordance with the manufacturer’s 19 guidelines. 20 2. Secure and maintain a location to store the material in accordance with 21 Section 01 66 00. 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed in the City’s Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Performance / Design Criteria 34 1. Pipe 35 a. Meet all requirements of TCEQ. 36 b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 37 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. 38 c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. 39 33 31 20 - 4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or 1 closure pieces necessary to comply with the Drawings. 2 e. Use green coloring for ground identification as sanitary sewer pipe. 3 f. PVC meeting the requirements of ASTM D1784, with a cell classification of 4 12454 or 12364 5 g. Deflection Design 6 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 7 2) Design pipe according to the Modified Iowa Formula as detailed by the 8 Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the 9 following parameters: 10 a) Unit Weight of Fill (w) = 130 pounds per cubic foot 11 b) Live Load = AASHTO HS 20 12 c) Trench Depth = 12 feet minimum, or as indicated in Drawings 13 d) Maximum (E’) = 1,000 max 14 e) Deflection Lag Factor (DL) = 1.0 15 f) Bedding Factor constant (K) = 0.1 16 g) Mean radius of the pipe (r), inches, as indicated in Drawings 17 h) Marston’s load per unit length (W), pounds per inch, calculate per 18 Drawings 19 i) PVC modulus of elasticity (E) = 400,000 psi 20 j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per 21 pipe type and size 22 (1) Where (t) = pipe thickness, inches 23 k) Maximum Calculated Deflection = 5 percent 24 h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds 25 per cubic foot) with at least 1½ pipe diameters of cover, pipe is generally not 26 subject to flotation. If shallower, check groundwater flotation potential. 27 Flotation will occur if: 28 29 Fb > Wp + Wf + Wd 30 31 Where: Fb = buoyant force, pound per foot 32 Wp = empty pipe weight, pound per foot 33 Wf = weight of flooded soil, pound per foot 34 Wd = weight of dry soil, pound per foot 35 36 Values and formulas for the above variables can be obtained from the pipe 37 manufacturer and site specific soil conditions. 38 i. Verify trench depths after existing utilities are located. 39 j. Accommodate vertical alignment changes required because of existing utility or 40 other conflicts by an appropriate change in pipe design depth. 41 k. In no case shall pipe be installed deeper than its design allows. 42 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance 43 with ASTM D2412. 44 3. Pipe markings 45 a. Meet the minimum requirements of ASTM D3034 and ASTM F679. 46 b. Minimum pipe markings shall be as follows: 47 1) Manufacturer’s Name or Trademark and production record 48 2) Nominal pipe size 49 33 31 20 - 5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3) PVC cell classification 1 4) ASTM or Standard Dimension Ratio (SDR) designation 2 5) Seal of testing agency that verified the suitability of the pipe 3 4. Joints 4 a. Joints shall be gasket, bell and spigot, push-on type conforming to 5 ASTM D3212. 6 b. Since each pipe manufacturer has a different design for push-on joints; gaskets 7 shall be part of a complete pipe section and purchased as such. 8 5. Connections 9 a. Only use manufactured fittings. 10 b. See Section 33 31 50. 11 6. Detectable Metallic Tape 12 a. See Section 33 05 26. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. General 21 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 22 33 05 10, and in accordance with the pipe manufacturer’s recommendations. 23 2. Lay pipe to the lines and grades as indicated in the Drawings. 24 3. Excavate and backfill trenches in accordance with Section 33 05 10. 25 4. Embed PVC pipe in accordance with Section 33 05 10. 26 B. Pipe Handling 27 1. Haul and distribute pipe and fittings at the project site. 28 2. Handle piping with care to avoid damage. 29 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 30 lowering into the trench. 31 b. Use only nylon ropes, slings or other lifting devices that will not damage the 32 surface of the pipe for handling the pipe. 33 3. At the close of each operating day: 34 a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after 35 the laying operation. 36 b. Effectively seal the open end of the pipe using a gasketed night cap. 37 C. Pipe Joint Installation 38 a. Clean dirt and foreign material from the gasketed socket and the spigot end. 39 33 31 20 - 6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 1 end to the reference mark. 2 c. Install such that identification marking on each joint are oriented upward toward 3 the trench opening. 4 d. When making connection to manhole, use an elastomeric seal or flexible boot to 5 facilitate a seal. 6 D. Connection Installation 7 1. See Section 33 31 50. 8 E. Detectable Metallic Tape Installation 9 1. See Section 33 05 26. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL 13 A. Field Tests and Inspections 14 1. Video Inspection 15 a. Provide a Post-CCTV inspection in accordance with Section 33 01 31. 16 2. Air Test and Deflection (Mandrel) Test 17 a. Perform in accordance with Section 33 01 30. 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 27 Revision Log DATE NAME SUMMARY OF CHANGE 6/18/13 D. Johnson 2.2.B.1.b – Pipe Material Clarification 28 33 31 50 - 1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 SECTION 33 31 50 1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Sanitary sewer service connection, service line and 2-way cleanout from the main 6 to the right-of-way, as shown on the Drawings, directed by the Engineer and 7 specified herein for: 8 a. New Service 9 b. New Service (Bored) 10 c. Private Service Relocation 11 d. Service Reinstatement 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 18 4. Section 33 11 10 – Ductile Iron Pipe 19 5. Section 33 11 11 – Ductile Iron Fittings 20 6. Section 33 31 20 – Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. New Sewer Service 24 a. Measurement 25 1) Measurement for this Item shall be per each “Sewer Service” complete in 26 place. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 will be paid for at the unit price bid per each “Sewer Service” installed for: 30 a) Various sizes 31 c. The price bid shall include: 32 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 33 the Drawings 34 2) Pavement removal 35 3) Excavation 36 4) Hauling 37 5) Disposal of excess material 38 6) Tee connection to main 39 7) Fittings 40 8) 2-way cleanout and cap with concrete pad 41 33 31 50 - 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 1 separately) 2 10) Furnishing, placing and compaction of embedment 3 11) Furnishing, placing and compaction of backfill 4 12) Clean-up 5 2. New Ductile Iron Sewer Service 6 a. Measurement 7 1) Measurement for this Item shall be per each Ductile Iron Sewer Service 8 complete in place. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 will be paid for at the unit price bid per each “DIP Sewer Service” installed 12 for: 13 a) Various sizes 14 c. The price bid shall include: 15 1) Furnishing and installing New DIP Sanitary Sewer Service Line as 16 specified by the Drawings 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 20 5) Disposal of excess material 21 6) Tee connection to main 22 7) Fittings 23 8) 2-way cleanout and cap with concrete pad 24 9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 25 separately) 26 10) Furnishing, placing and compaction of embedment 27 11) Furnishing, placing and compaction of backfill 28 12) Clean-up 29 3. New Bored Sewer Service 30 a. Measurement 31 1) Measurement for this Item shall be per each Bored Sewer Service complete 32 in place. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under “Measurement” will be paid for at the unit 36 price bid per each “Bored Sewer Service” installed for: 37 a) Various sizes 38 b) Various materials 39 c. The price shall include: 40 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 41 the Drawings 42 2) Pavement removal 43 3) Excavation 44 4) Hauling 45 5) Disposal of excess material 46 6) Tee connection to main 47 7) Service Line 48 8) Fittings 49 33 31 50 - 3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 9) 2-way cleanout and cap with concrete pad 1 10) Surface restoration surrounding 2-way cleanout 2 11) Furnishing, placing and compaction of embedment and backfill 3 12) Clean-up 4 4. Private Service Relocation 5 a. Measurement 6 1) Measured horizontally along the surface from center line to center line of 7 the fitting, manhole or appurtenance 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item and measured as provided under “Measurement” will be paid for at the 11 unit price bid per linear foot for “Private Sewer Service” installed for: 12 a) Various sizes 13 b) Various materials 14 c. The price shall include: 15 1) Obtaining appropriate Permit 16 2) Obtaining Right of Entry 17 3) Performing relocation as specified in the Drawings 18 4) Excavation 19 5) Hauling 20 6) Disposal of excess material 21 7) Service Line - private side by plumber 22 8) Fittings 23 9) Furnishing, placing and compaction of embedment 24 10) Furnishing, placing and compaction of backfill 25 11) Clean-up – surface restoration, excluding grass (seeding, sodding or hydro-26 mulch paid separately) 27 5. Sewer Service Reconnection 28 a. Measurement 29 1) Measurement for this Item shall be per each “Sewer Service Reconnection” 30 complete in place from public service line connection to private service line 31 connection. 32 b. Payment 33 1) The work performed in conjunction with the relocation of a sewer service, 34 associated with private service line, fittings and cleanout 5 feet or less in 35 any direction from the centerline of the existing service line and the 36 materials furnished in accordance with this Item will be paid for at the unit 37 price per each “Sewer Service, Reconnection” performed for: 38 a) Various service sizes 39 c. The price bid shall include: 40 1) Private service line 41 2) Fittings 42 3) Private connection to sewer service 43 4) Pavement removal 44 5) Excavation 45 6) Hauling 46 7) Disposal of excess material 47 8) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 48 separately) 49 33 31 50 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 9) 1 10) 2 11) Clean-up 3 6. 2-way Cleanout 4 a. Measurement 5 1) Measurement for this Item shall be per each when only a “2-way Cleanout” 6 is installed. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item shall be paid for at the unit price bid per each “2-way Cleanout” 10 installed for: 11 a) Various sizes 12 b) Various materials 13 c. The price bid shall include: 14 1) Furnishing and installing the 2-way Cleanout and cap as specified in the 15 Drawings 16 2) Pavement removal 17 3) Concrete pad 18 4) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 19 separately) 20 5) Hauling 21 6) Disposal of excess material 22 7) Furnishing, placing and compaction of backfill 23 8) Clean-up 24 7. Service Reinstatement 25 a. Measurement 26 1) Measurement for this Item shall be per each Reinstatement of Service 27 associated with the sewer main being rehabilitated by a trenchless method. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this item 30 and measured as provided under “Measurement” will be paid for at the unit 31 price bid per each “Sewer Service, Reinstatement” for: 32 a) Various sizes 33 c. The price bid shall include: 34 1) Tap to existing main (if required) 35 2) Pavement removal 36 3) Excavation 37 4) Hauling 38 5) Disposal of excess material 39 6) Tee connection to main 40 7) Service line (if required) 41 8) Fittings 42 9) Furnishing, placing and compaction of embedment and backfill 43 10) Clean-up – surface restoration, excluding grass (seeding, sodding or hydro-44 mulch paid separately)references 45 B. Definitions 46 1. New Service 47 a. New service applies to the installation of a service with connection to a new or 48 existing sewer main. 49 33 31 50 - 5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 b. The service materials would include service line, fittings and cleanout. 1 2. Bored Service 2 a. Bored service applies to the installation of a service with connection to a new or 3 existing sewer main including a bore under an existing road. 4 b. The service materials would include service line, fittings and cleanout. 5 3. Private Service Relocation 6 a. Private service relocation applies to the replacement of the existing sewer 7 service line on private property typically associated with the relocation of the 8 existing main. 9 b. Typical main relocation will be from a rear lot easement or alley to the street. 10 4. Service Reinstatement 11 a. Service reinstatement applies to the reconnection of an existing service to an 12 existing main that has been rehabilitated by trenchless methods such as pipe 13 enlargement (pipe bursting), slip lining or CIPP. 14 C. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. ASTM International (ASTM): 19 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 20 (PVC) Sewer Pipe and Fittings 21 b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 22 Pipe, Schedules 40, 80 and 120. 23 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 24 Pipe for Sewers and Other Gravity-Flow Applications 25 d. ASTM D2412 Standard Test Method for Determination of External Loading 26 Characteristics of Plastic Pipe by Parallel-Plate Loading 27 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 28 Pipes Using Flexible Elastomeric Seals 29 3. Texas Commission on Environmental Quality 30 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 – Criteria for Laying 31 Pipe and Rule 32 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 – Manholes and Related 33 Structures 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Scheduling 36 1. Provide advance notice for service interruption to property owner and meet 37 requirements of Division 0. 38 1.4 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product data shall include, if applicable: 43 1. Tee connection or saddle 44 33 31 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 2. Fittings (including type of cleanout) 1 3. Service line 2 B. Certificates 3 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 4 this Section. 5 1.6 CLOSEOUT SUBMITTALS [NOT USED] 6 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.8 QUALITY ASSURANCE [NOT USED] 8 1.9 DELIVERY, STORAGE, AND HANDLING 9 A. Storage and Handling Requirements 10 1. Gravity pipe shall be stored and handled in accordance with the manufacturer’s 11 guidelines. 12 2. Protect all parts such that no damage or deterioration will occur during a prolonged 13 delay from the time of shipment until installation is completed and the units and 14 equipment are ready for operation. 15 3. Protect all equipment and parts against any damage during a prolonged period at the 16 site. 17 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 18 extremes in temperature. 19 5. Secure and maintain a location to store the material in accordance with Section 01 20 66 00. 21 1.10 FIELD [SITE] CONDITIONS [NOT USED] 22 1.11 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHED [NOT USED] 25 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 26 A. Manufacturers 27 1. Only the manufacturers as listed on the City’s Standard Products List will be 28 considered as shown in Section 01 60 00. 29 a. The manufacturer must comply with this Specification and related Sections. 30 2. Any product that is not listed on the Standard Products List is considered a 31 substitution and shall be submitted in accordance with Section 01 25 00. 32 3. The services and appurtenances shall be new and the product of a manufacturer 33 regularly engaged in the manufacturing of services and appurtenances having 34 similar service and size. 35 B. Materials/Design Criteria 36 1. Service Line and Fittings (including tee connections) 37 33 31 50 - 7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 a. PVC pipe and fittings on public property shall be in accordance with Section 33 1 31 20. 2 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 3 with ASTM D1785. 4 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 5 with Section 33 11 10 and Section 33 11 11. 6 2. Service saddle 7 a. Service saddles shall only be allowed when connecting a new service to an 8 existing sanitary sewer main and shall: 9 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 10 neoprene gasket for seal against main 11 2) Use saddle to fit outside diameter of main 12 3) Use saddle with grooves to retain band clamps 13 4) Use at least 2 stainless steel band clamps for securing saddles to the main 14 b. Inserta tees service connections may not be used. 15 3. Cleanout 16 a. Cleanout stack material should be in accordance with City Standard Details or 17 as shown on Drawings. 18 b. For paved areas, provide a cast iron cleanout and cast iron lid. 19 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 20 4. Coupling 21 a. For connections between new PVC pipe stub out and existing service line, use 22 rubber sleeve couplings with stainless steel double-band repair sleeves to 23 connect to the line. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 3.1 INSTALLERS 28 A. A licensed plumber is required for installations of the service line on private property. 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. General 33 1. Install service line, fittings and cleanout as specified herein, as specified in Section 34 33 05 10 and in accordance with the pipe manufacturer’s recommendations. 35 B. Handling 36 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 37 with care to avoid damage. 38 a. Inspect each segment of service line and reject or repair any damaged pipe 39 prior to lowering into the trench. 40 2. Do not handle the pipe in such a way that will damage the pipe. 41 33 31 50 - 8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 C. Service Line 1 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard 2 details, or at lines and grades as indicated in the Drawings. 3 2. If service line is installed by bore as an alternative to open cut, the cost associated 4 with open cut installation, such as pavement removal, trenching, embedment and 5 backfill and pavement patch will not be included as part of the bore installation. 6 3. Excavate and backfill trenches in accordance with 33 05 10. 7 4. Embed PVC Pipe in accordance with 33 05 10. 8 D. Cleanout 9 1. Install out of traffic areas such as driveways, streets and sidewalks whenever 10 possible. 11 a. When not possible, install cast iron cleanout stack and cap. 12 2. Install 2-way cleanout in non-paved areas in accordance with City Standard Details. 13 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. 14 E. Service line connection to main 15 1. New service on new or replacement main 16 a. Determine location of service connections before main installation so the 17 service fittings can be installed during main installation. 18 b. Connect service line to main with a molded or fabricated tee fitting. 19 2. Reconnection to main after pipe enlargement 20 a. Tapping the existing main and installing a strap on tee connection may be used. 21 b. Allow the new main to recover from imposed stretch before tapping and service 22 installation. 23 1) Follow manufacturer’s recommendation for the length of time needed. 24 c. Tap main at 45 degree angle to horizontal when possible. 25 1) Avoid tapping the top of main. 26 d. Extend service line from main to property line or easement line before 27 connecting to the existing service line. 28 3. New service on existing main 29 a. Connect service line to main with a molded or fabricated tee fitting if possible. 30 b. Tapping the existing main and installing a strap on tee connection may be used. 31 F. Private Service Relocation 32 1. Requirements for the relocation of service line on private property 33 a. A licensed plumber must be used to install service line on private property. 34 b. Obtain permit from the Development Department for work on private property. 35 c. Pay for any inspection or permit fees associated with work on private property. 36 d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the 37 building cleanout and compare to data on the Drawings before beginning 38 service installation. 39 e. Submit elevation information to the City inspector. 40 f. Verify that the 2 percent slope installation requirement can be met. 41 1) If the 2 percent slope cannot be met, verify with the Engineer that line may 42 be installed at the lesser slope. 43 33 31 50 - 9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION 2 A. Service Relocation 3 1. All relocations that are not installed as designed or fail to meet the City code shall 4 be reinstalled at the Contractor’s expense. 5 3.7 FIELD QUALITY CONTROL 6 A. Inspections 7 1. Private property service line requires approval by the City plumbing inspector 8 before final acceptance. 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 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 12/20/2012 D. Johnson Throughout – Deep Sewer Service was removed 1.2 – Measurement and Payment Items were revised to include relocation and reconnection; Blue text was added for guidance in applying the bid Items; Price bid lists revised to include clean-out caps, pads and surface restoration. 2/13/2013 F. Griffin Added the phrase ‘, including grass’ to lines; Part 1, 1.2.A.1.c.9, Part1, 1.2.A.2.c.9, Part 1,1.2.A.5.c.8, Part1, 1.2.A.6.c.4 Added the phrase ‘- surface restoration, including grass’ to lines; Part 1, 1.2.A.4.c.11, Part 1, 1.2.A.7.10 Removed the phrase ‘surrounding 2-way cleanout’ from lines; Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part 1, 1.2.A.6.c.4 4/26/2013 F. Griffin Revised lines with ‘including grass’ replacing with ‘excluding grass (seeding, sodding or hydromulching paid separately)’ Included in Part 1, 1.2, A, 1, c, 9; Part 1, 1.2, A, 2, c, 9; Part 1, 1.2, A, 4, c, 11; Part 1, 1.2, A, 5, c, 8; Part 1, 1.2, A, 6, c, 4; Part 1, 1.2, A, 7, c, 10 19 33 39 10 - 1 CAST-IN-PLACE CONCRETE MANHOLE Page 1 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 39 10 1 CAST-IN-PLACE CONCRETE MANHOLE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Sanitary Sewer Cast-in-Place Concrete Manholes 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 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 03 30 00 – Cast-In -Place Concrete 13 4. Section 03 80 00 – Modifications to Existing Concrete Structures 14 5. Section 33 01 30 – Sewer and Manhole Testing 15 6. Section 33 05 13 – Frame, Cover, and Grade Rings 16 7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Manhole 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each “Manhole” installed for: 25 a) Various sizes 26 b) Various types 27 c. The price bid will include: 28 1) Manhole structure complete in place 29 2) Excavation 30 3) Forms 31 4) Concrete 32 5) Backfill 33 6) Foundation 34 7) Drop pipe 35 8) Stubs 36 9) Frame 37 10) Cover 38 11) Grade rings 39 12) Pipe connections 40 13) Pavement removal 41 33 39 10 - 2 CAST-IN-PLACE CONCRETE MANHOLE Page 2 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 14) Hauling 1 15) Disposal of excess material 2 16) Placement and compaction of backfill 3 17) Clean-up 4 2. Extra Depth Manhole 5 a. Measurement 6 1) Measurement for added depth beyond 6 feet will be per vertical foot, 7 measured to the nearest 1/10 foot. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item and measured as provided under “Measurement” will be paid for at the 11 unit price bid per vertical foot for “Extra Depth Manhole” specified for: 12 a) Various sizes 13 c. The price bid will include: 14 1) Manhole structure complete in place 15 2) Excavation 16 3) Forms 17 4) Reinforcing steel (if required) 18 5) Concrete 19 6) Backfill 20 7) Foundation 21 8) Drop pipe 22 9) Stubs 23 10) Frame 24 11) Cover 25 12) Grade rings 26 13) Pipe connections 27 14) Pavement removal 28 15) Hauling 29 16) Disposal of excess material 30 17) Placement and compaction of backfill 31 18) Clean-up 32 3. Sanitary Sewer Junction Structure 33 a. Measurement 34 1) Measurement for this Item will be per each Sewer Junction Structure being 35 installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” shall be paid for at the 39 lump sum bid per each “Sewer Junction Structure” location. 40 c. Price bid will include: 41 1) Junction Structure complete in place 42 2) Excavation 43 3) Forms 44 4) Reinforcing steel (if required) 45 5) Concrete 46 6) Backfill 47 7) Foundation 48 8) Drop pipe 49 33 39 10 - 3 CAST-IN-PLACE CONCRETE MANHOLE Page 3 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 9) Stubs 1 10) Frame 2 11) Cover 3 12) Grade rings 4 13) Pipe connections 5 14) Pavement removal 6 15) Hauling 7 16) Disposal of excess material 8 17) Placement and compaction of backfill 9 18) Clean-up 10 1.3 REFERENCES 11 A. Definitions 12 1. Manhole Type 13 a. Standard Manhole (See City Standard Details) 14 1) Greater than 4 feet deep up to 6 feet deep 15 b. Standard Drop Manhole (See City Standard Details) 16 1) Same as Standard Manhole with external drop connection (s) 17 c. Type “A” Manhole (See City Standard Details) 18 1) Manhole set on a reinforced concrete block placed around 39-inch and 19 larger sewer pipe 20 d. Shallow Manhole (See City Standard Details) 21 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 22 than 39-inch 23 2. Manhole Size 24 a. 4 foot diameter 25 1) Used with pipe ranging from 8-inch to 15-inch 26 b. 5 foot diameter 27 1) Used with pipe ranging from 18-inch to 36-inch 28 c. See specific manhole design on Drawings for pipes larger than 36-inch. 29 B. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. ASTM International (ASTM): 34 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 35 b. D4259, Standard Practice for Abrading Concrete. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. 39 B. All submittals shall be approved by the City prior to delivery. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Product Data 42 1. Drop connection materials 43 33 39 10 - 4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Pipe connections at manhole walls 1 3. Stubs and stub plugs 2 4. Admixtures 3 5. Concrete Mix Design 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 12 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed on the City’s Standard Products List will be 15 considered as shown in Section 01 60 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 01 25 00. 19 B. Materials 20 1. Concrete – Conform to Section 03 30 00. 21 2. Reinforcing Steel – Conform to Section 03 21 00. 22 3. Frame and Cover – Conform to Section 33 05 13. 23 4. Grade Ring – Conform to Section 33 05 13. 24 5. Pipe Connections 25 a. Pipe connections can be premolded pipe adapter, flexible locked-in boot 26 adapter, or integrally cast gasket channel and gasket. 27 6. Interior Coating or Liner – Conform to Section 33 39 60, if required. 28 7. Exterior Coating 29 a. Use Coal Tar Bitumastic for below grade damp proofing. 30 b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. 31 c. Solids content is 68 percent by volume ± 2 percent. 32 33 39 10 - 5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 5 A. Evaluation and Assessment 6 1. Verify lines and grades are in accordance to the Drawings. 7 3.3 PREPARATION 8 A. Foundation Preparation 9 1. Excavate 8 inches below manhole foundation. 10 2. Replace excavated soil with course aggregate, creating a stable base for the 11 manhole construction. 12 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 13 mud slab may be substituted. 14 3.4 INSTALLATION 15 A. Manhole 16 1. Construct manhole to dimensions shown on Drawings. 17 2. Cast manhole foundation and wall monolithically. 18 a. A cold joint with water stop is allowed when the manhole depth exceeds 12 19 feet. 20 b. No other joints are allowed unless shown on Drawings. 21 3. Place, finish and cure concrete according to Section 03 30 00. 22 a. Manholes must cure 3 days before backfilling around structure. 23 B. Pipe connection at Manhole 24 1. Do not construct joints of sewer pipe within wall sections of manhole. 25 C. Invert 26 1. Construct invert channels to provide a smooth waterway with no disruption of flow 27 at pipe-manhole connections. 28 2. For direction changes of mains, construct channels tangent to mains with maximum 29 possible radius of curvature. 30 a. Provide curves for side inlets. 31 3. Sewer pipe may be laid through the manhole and the top ½ of the pipe removed to 32 facilitate manhole construction. 33 4. For all standard manholes provide full depth invert. 34 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 35 inches in depth. 36 D. Drop Manhole Connection 37 33 39 10 - 6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Install drop connection when sewer line enters manhole higher than 24 inches 1 above the invert. 2 E. Final Rim Elevation 3 1. Install concrete grade rings for height adjustment. 4 a. Construct grade ring on load bearing shoulder of manhole. 5 b. Use sealant between rings as shown on Drawings. 6 2. Set frame on top of manhole or grade rings using continuous water sealant. 7 3. Remove debris, stones and dirt to ensure a watertight seal. 8 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 9 final surface elevation of the manhole frame. 10 F. Internal coating 11 1. Internal coating application will conform to Section 33 39 60, if required by 12 Drawings. 13 G. External coating 14 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 15 the coating. 16 2. Cure for 3 days before backfilling around structure. 17 3. Coat the same date the forms are removed. 18 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 19 5. Application will follow manufacturer’s recommendation. 20 H. Modifications and Pipe Penetrations 21 1. Conform to Section 03 80 00. 22 I. Junction Structures 23 1. All structures shall be installed as specified in Drawings. 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FIELD QUALITY CONTROL 27 A. Field Tests and Inspections 28 1. Perform vacuum test in accordance with Section 33 01 30. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 33 39 10 - 7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.c. – reinforcing steel removed from items to be included in price bid 3 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page 1 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 39 20 1 PRECAST CONCRETE MANHOLE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 6 Concrete Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 – General Requirements 13 3. Section 03 30 00 – Cast-in-Place Concrete 14 4. Section 03 80 00 – Modifications to Existing Concrete Structures 15 5. Section 33 01 30 – Sewer and Manhole Testing 16 6. Section 33 05 13 – Frame, Cover, and Grade Rings 17 7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Manhole 21 a. Measurement 22 1) Measurement for this Item shall be per each concrete manhole installed. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each “Manhole” installed for: 26 a) Various sizes 27 b) Various types 28 c. The price bid will include: 29 1) Manhole structure complete in place 30 2) Excavation 31 3) Forms 32 4) Reinforcing steel (if required) 33 5) Concrete 34 6) Backfill 35 7) Foundation 36 8) Drop pipe 37 9) Stubs 38 10) Frame 39 11) Cover 40 12) Grade rings 41 33 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 13) Pipe connections 1 14) Pavement removal 2 15) Hauling 3 16) Disposal of excess material 4 17) Placement and compaction of backfill 5 18) Clean-up 6 2. Extra Depth Manhole 7 a. Measurement 8 1) Measurement for added depth beyond 6 feet will be per vertical foot, 9 measured to the nearest 1/10 foot. 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 vertical foot for “Extra Depth Manhole” specified for: 14 a) Various sizes 15 c. The price bid will include: 16 1) Manhole structure complete in place 17 2) Excavation 18 3) Forms 19 4) Reinforcing steel (if required) 20 5) Concrete 21 6) Backfill 22 7) Foundation 23 8) Drop pipe 24 9) Stubs 25 10) Frame 26 11) Cover 27 12) Grade rings 28 13) Pipe connections 29 14) Pavement removal 30 15) Hauling 31 16) Disposal of excess material 32 17) Placement and compaction of backfill 33 18) Clean-up 34 1.3 REFERENCES 35 A. Definitions 36 1. Manhole Type 37 a. Standard Manhole (See City Standard Details) 38 1) Greater than 4 feet deep up to 6 feet deep 39 b. Standard Drop Manhole (See City Standard Details) 40 1) Same as Standard Manhole with external drop connection(s) 41 c. Type “A” Manhole (See City Standard Details) 42 1) Manhole set on a reinforced concrete block placed around 39-inch and 43 larger sewer pipe. 44 d. Shallow Manhole (See City Standard Details) 45 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 46 than 39-inch 47 2. Manhole Size 48 33 39 20 - 3 PRECAST CONCRETE MANHOLE Page 3 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. 4 foot diameter 1 1) Used with pipe ranging from 8-inch to 15-inch 2 b. 5 foot diameter 3 1) Used with pipe ranging from 18-inch to 36-inch 4 2) See specific manhole design on Drawings for pipes larger than 36-inch. 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. ASTM International (ASTM): 10 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 11 Rubber Gaskets 12 b. C478, Standard Specification for Precast Reinforced Concrete Manhole 13 Sections. 14 c. C923, Standard Specification for Resilient Connectors Between Reinforced 15 Concrete Manholes Structures, Pipes, and Laterals. 16 d. D1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective 17 Coatings for Metal 18 e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective 19 Coating for Roofing 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS 22 A. Submittals shall be in accordance with Section 01 33 00. 23 B. All submittals shall be approved by the City prior to delivery. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Precast Concrete Manhole 27 2. Drop connection materials 28 3. Pipe connections at manhole walls 29 4. Stubs and stub plugs 30 5. Admixtures 31 6. Concrete Mix Design 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY 38 A. Manufacturer Warranty 39 33 39 20 - 4 PRECAST CONCRETE MANHOLE Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Manufacturer’s Warranty shall be in accordance with Division 1. 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 4 A. Manufacturers 5 1. Only the manufacturers as listed on the City’s Standard Products List will be 6 considered as shown in Section 01 60 00. 7 a. The manufacturer must comply with this Specification and related Sections. 8 2. Any product that is not listed on the Standard Products List is considered a 9 substitution and shall be submitted in accordance with Section 01 25 00. 10 B. Materials 11 1. Precast Reinforced Concrete Sections – Conform to ASTM C478. 12 2. Precast Joints 13 a. Provide gasketed joints in accordance with ASTM C443. 14 b. Minimize number of segments. 15 c. Use long joints at the bottom and shorter joints toward the top. 16 d. Include manufacturer’s stamp on each section. 17 3. Lifting Devices 18 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 19 1) If lift lugs are provided, place 180 degrees apart. 20 2) If lift holes are provided, place 180 degrees apart and grout during manhole 21 installation. 22 4. Frame and Cover – Conform to Section 33 05 13. 23 5. Grade Ring – Conform to Section 33 05 13 and ASTM C478. 24 6. Pipe Connections 25 a. Utilize either an integrally cast embedded pipe connector or a boot-type 26 connector installed in a circular block out opening conforming to ASTM C923. 27 7. Steps 28 a. No steps are allowed. 29 8. Interior Coating or Liner – Conform to Section 33 39 60. 30 9. Exterior Coating 31 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 32 Type I and ASTM D1227 Type III Class I. 33 2.3 ACCESSORIES [NOT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] 35 33 39 20 - 5 PRECAST CONCRETE MANHOLE Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PART 3 - EXECUTION 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION 3 A. Evaluation and Assessment 4 1. Verify lines and grades are in accordance to the Drawings. 5 3.3 PREPARATION 6 A. Foundation Preparation 7 1. Excavate 8 inches below manhole foundation. 8 2. Replace excavated soil with course aggregate; creating a stable base for manhole 9 construction. 10 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 11 mud slab may be substituted. 12 3.4 INSTALLATION 13 A. Manhole 14 1. Construct manhole to dimensions shown on Drawings. 15 2. Precast Sections 16 a. Provide bell-and-spigot design incorporating a premolded joint sealing 17 compound for wastewater use. 18 b. Clean bell spigot and gaskets, lubricate and join. 19 c. Minimize number of segments. 20 d. Use long joints used at the bottom and shorter joints toward the top. 21 B. Invert 22 1. Construct invert channels to provide a smooth waterway with no disruption of flow 23 at pipe-manhole connections. 24 2. For direction changes of mains, construct channels tangent to mains with maximum 25 possible radius of curvature. 26 a. Provide curves for side inlets. 27 3. For all standard manholes provide full depth invert. 28 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 29 inches in depth. 30 C. Drop Manhole Connection 31 1. Install drop connection when sewer line enters manhole higher than 24 inches 32 above the invert. 33 D. Final Rim Elevation 34 1. Install concrete grade rings for height adjustment. 35 a. Construct grade ring on load bearing shoulder of manhole. 36 b. Use sealant between rings as shown on Drawings. 37 2. Set frame on top of manhole or grade rings using continuous water sealant. 38 3. Remove debris, stones and dirt to ensure a watertight seal. 39 33 39 20 - 6 PRECAST CONCRETE MANHOLE Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 1 final surface elevation of the manhole frame. 2 E. Internal coating 3 1. Internal coating application will conform to Section 33 39 60, if required by 4 Drawings. 5 F. External coating 6 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 7 the coating. 8 2. Cure manhole for 3 days before backfilling around the structure. 9 3. Application will follow manufacturer’s recommendation. 10 G. Modifications and Pipe Penetrations 11 1. Conform to Section 03 80 00. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL 15 A. Field Tests and Inspections 16 1. Perform vacuum test in accordance with Section 33 01 30. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.1 – Modified to include precast manholes for water and reclaimed water applications 1.3.B.2 – Modified to include ASTM C443, D1187 and D1227 as references 2.2.B.1-3 – Modified in accordance with new ASTM references 2.2.B.10 – Modified in accordance with new ASTM references 26 33 39 60 - 1 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 39 60 1 EPOXY LINERS FOR SANITARY SEWER STRUCTURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Application of a high-build epoxy coating system to concrete utility structures such 6 as manholes, lift station wet wells, junction boxes or other concrete facilities that 7 may need protection from corrosive materials 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 – General Requirements 14 3. Section 33 01 30 – Sewer and Manhole Testing 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Manholes 18 a. Measurement 19 1) Measurement for this Item shall be per vertical foot of coating as measured 20 from the bottom of the frame to the top of the bench. 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 vertical foot of “Epoxy Manhole Liner” applied. 25 c. The price bid shall include: 26 1) Furnishing and installing Liner as specified by the Drawings 27 2) Hauling 28 3) Disposal of excess material 29 4) Clean-up 30 5) Cleaning 31 6) Testing 32 2. Non-Manhole Structures 33 a. Measurement 34 1) Measurement for this Item shall be per square foot of area where the 35 coating is applied. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” shall be paid for at the 39 unit price bid per square foot of “Epoxy Structure Liner” applied. 40 c. The price bid shall include: 41 1) Furnishing and installing Liner as specified by the Drawings 42 33 39 60 - 2 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2) Hauling 1 3) Disposal of excess material 2 4) Clean-up 3 5) Cleaning 4 6) Testing 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM International (ASTM): 11 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 12 Reagents. 13 b. D638, Standard Test Method for Tensile Properties of Plastics. 14 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 15 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 16 Reinforced Plastics and Electrical Insulating Materials. 17 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 18 the Taber Abraser. 19 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 20 Gages. 21 g. D4541, Standard Test Method for Pull-off Strength of Coatings Using Portable 22 Adhesion Testers. 23 3. Environmental Protection Agency (EPA). 24 4. NACE International (NACE). 25 5. Occupational Safety and Health Administration (OSHA). 26 6. Resource Conservation and Recovery Act, (RCRA). 27 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 28 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Product Data 35 1. Technical data sheet on each product used 36 2. Material Safety Data Sheet (MSDS) for each product used 37 3. Copies of independent testing performed on the coating product indicating the 38 product meets the requirements as specified herein 39 4. Technical data sheet and project specific data for repair materials to be topcoated 40 with the coating product including application, cure time and surface preparation 41 procedures 42 33 39 60 - 3 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 B. Contractor Data 1 1. Current documentation from coating product manufacturer certifying Contractor’s 2 training and equipment complies with the Quality Assurance requirements specified 3 herein 4 2. 5 recent references of Contractor indicating successful application of coating 5 product(s) of the same material type as specified herein, applied by spray 6 application within the municipal wastewater environment 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. Qualifications 11 1. Contractor 12 a. Be trained by, or have training approved and certified by, the coating product 13 manufacturer for the handling, mixing, application and inspection of the coating 14 product(s) to be used as specified herein 15 b. Initiate and enforce quality control procedures consistent with the coating 16 product(s) manufacturer recommendations and applicable NACE or SSPC 17 standards as referenced herein 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Keep materials dry, protected from weather and stored under cover. 20 B. Store coating materials between 50 degrees F and 90 degrees F. 21 C. Do not store near flame, heat or strong oxidants. 22 D. Handle coating materials according to their material safety data sheets. 23 1.11 FIELD [SITE] CONDITIONS 24 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 25 perform the specified work. 26 1.12 WARRANTY 27 A. Contractor Warranty 28 1. Contractor’s Warranty shall be in accordance with Division 0. 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 32 A. Repair and Resurfacing Products 33 1. Compatible with the specified coating product(s) in order to bond effectively, thus 34 forming a composite system 35 2. Used and applied in accordance with the manufacturer’s recommendations 36 3. The repair and resurfacing products must meet the following: 37 33 39 60 - 4 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy 1 topcoating compatibility 2 b. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink 3 repair mortar that can be toweled or pneumatically spray applied and 4 specifically formulated to be suitable for topcoating with the specified coating 5 product used 6 B. Coating Product 7 1. Capable of being installed and curing properly within a manhole or concrete utility 8 environment 9 2. Resistant to all forms of chemical or bacteriological attack found in municipal 10 sanitary sewer systems; and, capable of adhering to typical manhole structure 11 substrates 12 3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the 13 following characteristics: 14 a. Application Temperature – 50 degrees F, minimum 15 b. Thickness – 125 mils minimum 16 c. Color – White, Light Blue, or Beige 17 d. Compressive Strength (per ASTM D695) – 8,800 psi minimum 18 e. Tensile Strength (per ASTM D638) – 7,500 psi minimum 19 f. Hardness, Shore D (per ASTM D4541) – 70 minimum 20 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) – 80 mg loss 21 maximum 22 h. Flexural Modulus (per ASTM D790) – 400,000 psi minimum 23 i. Flexural Strength (per ASTM D790) – 12,000 psi minimum 24 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 25 failure 26 k. Chemical Resistance (ASTM D543/G20) all types of service for: 27 1) Municipal sanitary sewer environment 28 2) Sulfuric acid, 30 percent 29 3) Sodium hydroxide, 5 percent 30 C. Coating Application Equipment 31 1. Manufacturer approved heated plural component spray equipment 32 2. Hard to reach areas, primer application and touch-up may be performed using hand 33 tools. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL 36 1. Testing 37 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 38 manhole, 2 spaced equally apart along the wall and 1 on the bench. 39 1) Document and attest measurements and provide to the City. 40 b. After coating has set, repair all visible pinholes by lightly abrading the surface 41 and brushing the lining material over the area. 42 c. Repair all blisters and evidence of uneven cover according to the 43 manufacturer’s recommendations. 44 d. Test manhole for final acceptance according to Section 33 01 30. 45 33 39 60 - 5 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PART 3 - EXECUTION 1 3.1 INSTALLERS 2 A. All installers shall be certified applicators approved by the manufacturers. 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION 5 A. Manhole Preparation 6 1. Stop active flows via damming, plugging or diverting as required to ensure all 7 liquids are maintained below or away from the surfaces to be coated. 8 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 9 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 10 source. 11 a. Where varying surface temperatures do exist, coating installation should be 12 scheduled when the temperature is falling versus rising. 13 B. Surface Preparation 14 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 15 compounds, efflorescence, sealers, salts or other contaminants which may affect the 16 performance and adhesion of the coating to the substrate. 17 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 18 means of degradation so that only sound substrate remains. 19 3. Surface preparation method, or combination of methods, that may be used include 20 high pressure water cleaning, high pressure water jetting, abrasive blasting, 21 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 22 others as described in SSPC SP 13/NACE No. 6. 23 4. All methods used shall be performed in a manner that provides a uniform, sound, 24 clean, neutralized, surface suitable for the specified coating product. 25 3.4 INSTALLATION 26 A. General 27 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 28 grouting are complete. 29 2. Perform application procedures per recommendations of the coating product 30 manufacturer, including environmental controls, product handling, mixing and 31 application. 32 B. Temperature 33 1. Only perform application if surface temperature is between 40 and 120 degrees F. 34 2. Make no application if freezing is expected to occur inside the manhole within 24 35 hours after application. 36 C. Coating 37 1. Spray apply per manufacturer’s recommendation at a minimum film thickness of 38 125 mils. 39 2. Apply coating from bottom of manhole frame to the bench/trough, including the 40 bench/trough. 41 33 39 60 - 6 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. After walls are coated, remove bench covers and spray bench/trough to at least the 1 same thickness as the walls. 2 4. Apply any topcoat or additional coats within the product’s recoat window. 3 a. Additional surface preparation is required if the recoat window is exceeded. 4 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 5 flow. 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. Each structure will be visually inspected by the City the same day following the 10 application. 11 B. The inspector will check for deficiencies, pinholes and thin spots. 12 C. If leaks are detected they will be chipped back, plugged and coated immediately with 13 protective epoxy resin coating. 14 1. Make repair 24 hours after leak detection. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES 19 A. Upon final completion of the work, the manufacturer will provide a written certification 20 of proper application to the City. 21 B. The certification will confirm that the deficient areas were repaired in accordance with 22 the procedure set forth in this Specification. 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 29 33 41 10 - 1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 33 41 10 1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 6 including: 7 a. Pipe or box fittings 8 b. Connection of drain lines to curb inlets 9 c. All joints 10 d. All connections to new or existing pipe or headwalls, manholes, etc., to the 11 lines and grades shown on the Drawings 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 3. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 18 4. Section 03 30 00 – Cast-in-Place Concrete 19 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 20 6. Section 33 05 23 – Hand Tunneling 21 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Reinforced Concrete Storm Drain Pipe 25 a. Measurement 26 1) Measured along the longitudinal centerline of the pipe from the initial 27 beginning point as shown on Drawings to the end of construction as shown 28 on Drawings, excluding inside diameters of any manholes encountered 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 linear foot of “RCP” installed for: 33 a) Various sizes 34 b) Various classes 35 c. The price bid shall include: 36 1) Furnishing and installing the specified diameter pipe and appurtenant 37 fittings 38 2) Mobilization 39 3) Pavement removal 40 4) Excavation 41 33 41 10 - 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 5) Hauling 1 6) Disposal of excess material 2 7) Furnishing, placement and compaction of embedment 3 8) Furnishing, placement and compaction of backfill 4 9) Gaskets 5 10) Clean-up 6 11) Cleaning 7 12) Jointing 8 13) Connections to all drainage structures 9 2. Reinforced Concrete Storm Drain Culverts 10 a. Measurement 11 1) Measured along the longitudinal centerline of the pipe from the initial 12 beginning point as shown on Drawings to the end of construction as shown 13 on Drawings, excluding inside diameters of any manholes encountered 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under “Measurement” will be paid for at the unit 17 price bid per linear foot of “Box Culvert” installed for: 18 a) Various sizes 19 c. The price bid shall include: 20 1) Furnishing and installing the specified diameter pipe and appurtenant 21 fittings 22 2) Mobilization 23 3) Pavement removal 24 4) Excavation 25 5) Hauling 26 6) Disposal of excess material 27 7) Furnishing, placement and compaction of embedment 28 8) Furnishing, placement and compaction of backfill 29 9) Gaskets 30 10) Clean-up 31 11) Cleaning 32 12) Jointing 33 13) Connections to all drainage structures 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. American Association of State Highway and Transportation Officials (AASHTO): 40 a. T111, Inorganic Matter or Ash in Bituminous Materials. 41 3. ASTM International (ASTM): 42 a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for 43 Concrete. 44 b. A497, Standard Specification for Steel Welded Wire Reinforcement, 45 Deformed, for Concrete. 46 c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and 47 Sewer Pipe. 48 33 41 10 - 3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 d. C361, Standard Specification for Reinforced Concrete Low-Head Pressure 1 Pipe. 2 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 3 Rubber Gaskets. 4 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 5 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 6 Drain, and Sewer Pipe. 7 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 8 Drain, and Sewer Pipe. 9 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and 10 Precast Box Sections Using Preformed Flexible Joint Sealants. 11 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 12 Sections for Culverts, Storm Drains, and Sewers. 13 k. D4, Standard Test Method for Bitumen Content. 14 l. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 15 Compounds. 16 m. D36, Standard Test Method for Softening Point of Bitumen (Ring-and-Ball 17 Apparatus). 18 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 19 (Displacement Method). 20 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 21 Tester. 22 p. D113, Standard Test Method for Ductility of Bituminous Materials. 23 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 24 4. TxDOT Test Procedures (Tex): 25 a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for 26 Precast Concrete 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 01 33 00. 30 B. All submittals shall be approved by the City prior to delivery. 31 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 32 A. Certificates 33 1. Furnish manufacturer’s certificate of compliance that their product meets the 34 physical testing requirements of this Specification for the materials referenced 35 including, but not limited to: 36 a. Reinforced concrete pipe 37 b. Concrete box culvert 38 c. Jointing materials 39 33 41 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING 4 A. Storage and Handling Requirements 5 1. Secure and maintain a location to store the material in accordance with Section 01 6 66 00. 7 2. Keep pipe clean and fully drained during storage. 8 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 9 4. Repair or replace any damaged pipe before installation per the manufacturer’s 10 recommendation. 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 16 A. Fabrication 17 1. Precast Reinforced Concrete Pipe 18 a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or 19 ASTM C507 for circular, arch or elliptical pipe respectively. 20 b. Utilize a machine made process or cast by a process that will provide uniform 21 placement of a mixture of cement, aggregate and water proportional to provide 22 a homogeneous concrete meeting the specified strength requirements. 23 c. Mix concrete in a central batch plant or other approved batching facility where 24 the quality and uniformity of the concrete is assured. 25 d. Do not use transit mixed concrete to manufacture precast concrete pipe. 26 2. Concrete Box Culvert 27 a. Cast-in-Place 28 1) Conform to Section 03 30 00. 29 b. Precast 30 1) Furnish machine made precast boxes in accordance with ASTM C1433. 31 2) Utilize a machine made process or cast by a process that will provide 32 uniform placement of a mixture of cement, aggregate, and water 33 proportional to provide a homogeneous concrete meeting the specified 34 strength requirements. 35 3) Concrete water to cement ratio not to exceed 0.53 by weight 36 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless 37 mix designs with lower cement content demonstrate that the quality and 38 performance of the sections meet the requirements of this Specification. 39 33 41 10 - 5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 5) Mix concrete in a central batch plant or other approved batching facility 1 where the quality and uniformity of the concrete is assured. 2 6) Do not use transit mixed concrete to manufacture precast concrete box 3 culvert. 4 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 5 or ASTM A497. 6 3. Jointing Materials 7 a. Use any of the materials described in this Section for the making of joints. 8 1) Furnish a manufacturer’s certificate of compliance for all jointing materials. 9 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 10 a) Provide flexible joint sealants that meet the requirements of 11 ASTM C990. 12 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 13 c) Plastic gasket shall be produced from blends of refined hydrocarbon 14 resins and plasticizing compounds reinforced with inert mineral filler 15 and shall contain no solvents, irritating fumes or obnoxious odors. 16 d) Use flexible joint sealants that do not depend on oxidizing, evaporating 17 or chemical action for its adhesive or cohesive strength. 18 e) Supply in extruded rope form of suitable cross section and size as to fill 19 the joint space when the pipes are joined. 20 f) Provide a size of the pre-formed flexible joint sealant in accordance 21 with the manufacturer's recommendations and large enough to properly 22 seal the joint and obtain the squeeze out as described under 23 construction methods. 24 g) The gasket joint sealer shall be protected by a suitable removable 2-25 piece wrapper, and the 2-piece wrapper shall be so designed that ½ may 26 be removed longitudinally without disturbing the other ½ to facilitate 27 application as noted below. 28 h) The chemical composition of the gasket joint sealing compound as 29 shipped shall meet the requirements of Table 1 when tested in 30 accordance with the test methods shown. 31 32 Table 1. Sealing Compound Chemical Composition 33 Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash-Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of Oil and Asphaltic Compounds 2.0 Max 34 i) Gasket joint sealing compound when immersed for 30 days at ambient 35 room temperature separately in 5 percent solution of caustic potash, a 36 mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric 37 acid and a saturated hydrogen sulfide (H2S) solution shall show no 38 visible deterioration. 39 j) The physical properties of the gasket joint sealing compound as 40 shipped shall meet the requirements in Table 2 when tested in 41 accordance with the test methods shown. 42 43 33 41 10 - 6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Table 2. Sealing Compound Physical Properties 1 Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds ASTM D217 75 minimum 77 degrees F (150-gms) 5-seconds 50 to 120 115 degrees F (150-gms) 5-seconds 150 max Flash Point C.O.C. ASTM D92 600 degrees F Fire Point C.O.C 625 degrees F 3) Rubber Gaskets 2 a) Provide gaskets that conform to ASTM C361 or ASTM C443. 3 b) Meet the requirements of ASTM C443 for design of the joints and 4 permissible variations in dimensions. 5 B. Design Criteria 6 1. Reinforced Concrete Pipe 7 a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe 8 with shell thickness, circumferential reinforcement and strength conforming to 9 the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch 10 or elliptical pipe respectively, except as modified below: 11 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular 12 reinforcement. 13 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its 14 option, furnish pipe manufactured with either Wall "B" or Wall "C" 15 minimum thicknesses and the applicable minimum steel area as listed for 16 circular cages in Table II of ASTM C76, provided test strength 17 requirements for Class III pipe are satisfactorily met. 18 b. Jacking, Boring, or Tunneling 19 1) Design pipe for jacking, boring or tunneling conforming to the 20 requirements of Section 33 05 23. 21 2) When requested, provide design notes and drawings signed and sealed by a 22 Texas licensed professional engineer. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Tests and Inspections 26 1. Reinforced Concrete Pipe 27 a. Acceptance of pipe will be determined by the results of the following tests: 28 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 29 2) Absorption tests in accordance with ASTM C497. 30 3) 3-edge bearing tests in accordance with ASTM C497. 31 a) Testing Rate 32 (1) If tested for 0.01-inch crack only: 33 (a) Test 0.8 percent of pipe sections for each size included in order 34 (2) If tested for 0.01-inch crack and ultimate load: 35 33 41 10 - 7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (a) Test 0.2 percent of pipe sections for each size included in order 1 b) Pipes that have been tested only to the formation of a 0.01 inch crack 2 and that meet the 0.01 inch test load requirements shall be accepted for 3 use. 4 c) Failed Pipe 5 (1) Test 2 consecutive joints in the same mix series if a specimen fails 6 to meet test requirements. 7 (2) Entire pipe series will be rejected if 1 of the consecutive joints fails 8 to meet test requirements. 9 d) Pipes larger than 1 inch in diameter may be accepted on the basis of 10 material tests and inspection of completed product as an alternate to 3-11 edge bearing test, at the option of the manufacturer. 12 (1) Acceptance of pipe will be determined by the results of the material 13 tests as required in ASTM C76, ASTM C506 or ASTM C507. 14 (a) Perform crushing tests on cores taken from barrel of completed 15 and cured pipe. 16 (b) Perform absorption tests on samples from pipe wall. 17 (c) Inspect finished pipe including amount and placement of 18 reinforcement. 19 (2) Manufacturer will furnish facilities and personnel for taking core 20 samples from pipe barrel and for determining compressive strength 21 of samples. 22 (3) Manufacturer will plug and seal core holes if samples meet strength 23 requirements. 24 (a) Plug and seal sections in a manner that the pipe section will 25 meet all test requirements of ASTM C76, ASTM C506 or 26 ASTM C507. 27 (b) Pipe sections plugged and sealed as described above will be 28 accepted for use. 29 4) Inspect the finished pipe to determine its conformance with the required 30 design. 31 2. Cast-in-Place Concrete Box Culvert 32 a. Provide test specimens that meet the requirements of Division 03. 33 3. Precast Box Culvert 34 a. Make test specimens in test cylinders at the same time and in the same manner 35 as the box sections they represent. 36 b. Make a minimum of 4 test cylinders for each day’s production run and each 37 mix design. 38 c. Cure test cylinders in the same manner and for the same times as the boxes they 39 represent. 40 d. Test the specimens in accordance with Tex-704-I. 41 B. Sizes and Permissible Variations 42 1. Reinforced Concrete Pipe 43 a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, 44 placement of reinforcement, laying length and the permissible under run of 45 length are in accordance with the applicable ASTM Specification for each type 46 of pipe as referred to previously. 47 33 41 10 - 8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 b. Where rubber gasket pipe joints are to be used, the design of joints and 1 permissible variations in dimensions shall be in accordance with ASTM C443, 2 Sections 7 and 8. 3 2. Cast-in-Place or Precast Box Culvert 4 a. Ensure that precast sections of either type meet the following requirements: 5 1) The inside vertical and horizontal dimensions do not vary from Drawing 6 requirements by more than 1/2 inch or 1 percent, whichever is greater. 7 2) The horizontal or vertical plane at each end of the box section does not vary 8 from perpendicular by more than 1/2 inch or 1 percent, whichever is 9 greater, measured on the inside faces of the section. 10 3) The sides of a section at each end do not vary from being perpendicular to 11 the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, 12 when measured diagonally between opposite interior corners. 13 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 14 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 15 whichever is greater. 16 1) If proper jointing is not affected, thicknesses in excess of Drawing 17 requirements are acceptable. 18 c. Deviations from the above tolerances will be acceptable if the sections can be 19 fitted at the plant or job site and the joint opening at any point does not exceed 20 1 inch. 21 1) Use match marks for proper installation on sections that have been accepted 22 in this manner. 23 C. Workmanship and Finish 24 1. Reinforced Concrete Pipe 25 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 26 surface roughness. 27 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 28 within the limits of variations allowed as stated previously. 29 2. Cast-in-Place or Precast Box Culvert 30 a. Fine cracks on the surface of the member that do not extend to the plane of the 31 nearest reinforcement are acceptable unless the cracks are numerous and 32 extensive. 33 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 34 manner. 35 c. Excessive damage, honeycomb or cracking will be subject to structural review. 36 d. The City may accept boxes with repairs that are sound, properly finished and 37 cured in conformance with pertinent Specifications. 38 e. When fine cracks on the surface indicate poor curing practices, discontinue 39 further production of precast sections until corrections are made and proper 40 curing is provided. 41 D. Curing 42 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 43 of pipe as referred to above. 44 E. Marking 45 1. Reinforced Concrete Pipe 46 a. Clearly mark the following information on each section of pipe: 47 33 41 10 - 9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1) Class of pipe 1 2) ASTM designation 2 3) Date of manufacture 3 4) Identification of plant 4 5) Name or trademark of the manufacturer 5 6) Pipe to be used for jacking and boring 6 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 7 of each section during the process of manufacture or immediately after with the 8 following: 9 1) The location of the top or bottom of the pipe as it should be installed, 10 unless the external shape of the pipe is such that the correct position of the 11 top and bottom is obvious 12 2) Mark the pipe section by indenting or painting with waterproof paint. 13 2. Cast-in-Place or Precast Box Culvert 14 a. Mark precast boxes with the following: 15 1) Name or trademark of the producer 16 2) Date of manufacture 17 3) Box size 18 4) Minimum and maximum fill heights 19 b. For boxes without lifting holes, mark 1 end of each box section on the inside 20 and outside walls to indicate the top or bottom as it will be installed. 21 c. Indent markings into the box section or paint them on each box with waterproof 22 paint. 23 F. Pipe/Box Rejection 24 1. Individual sections of pipe/box may be rejected if any of the Specification 25 requirements are not met or if any of the following exist: 26 a. Fractures or cracks passing through the shell, with the exception of a single end 27 crack that does not exceed the depth of the joint 28 b. Defects that indicate imperfect proportioning, mixing and molding 29 c. Surface defects indicating honeycombed or open texture 30 d. Damaged ends which would prevent making a satisfactory joint 31 e. Any continuous crack having a surface width of 0.01 inch or more and 32 extending for a length of 12 inch or more 33 2. Mark rejected pipe/box with painted “REJECTED”. 34 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 35 meeting the requirements of this Specification. 36 PART 3 - EXECUTION 37 3.1 INSTALLERS [NOT USED] 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 INSTALLATION 41 A. General 42 33 41 10 - 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for 1 open-cut type installation. 2 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling 3 methods are specified on Drawings. 4 3. Establish and maintain lines and grades. 5 B. Pipe/Box Laying – Trench Installation 6 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 7 conditions. 8 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 9 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 10 or upstream end with the abutting sections properly matched, true to the established 11 lines and grades. 12 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 13 according to manufacturer’s recommendation. 14 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 15 the prepared bedding or sides of trench. 16 5. Carefully clean pipe/box ends before pipe is placed in trench. 17 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 18 length of pipe/box is laid. 19 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 20 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 21 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 22 not more than 5 degrees from the vertical plane through the longitudinal axis of the 23 pipe 24 9. Remove and re-lay, without extra compensation, pipe/box that is not in alignment 25 or that shows excessive settlement after laying. 26 C. Multiple Barrel Box Culvert Placement 27 1. Fill the annular space between multiple boxes with crushed rock or CLSM 28 according to 03 34 13. 29 a. Water jetting will not be allowed between parallel boxes. 30 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 31 inlet end with the abutting sections properly matched. 32 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established 33 lines and grades. 34 D. Jointing 35 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 36 a. Brush-apply a suitable primer, recommended by the manufacturer of the gasket 37 joint sealer, to tongue and groove joint surfaces and end surfaces. 38 1) Ensure that surface to be primed is clean and dry when primer is applied. 39 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 40 protrusions. 41 3) Allow primer to dry and harden. 42 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 43 pipe joint hub or shoulder, before laying pipe in trench. 44 33 41 10 - 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 1 press it firmly to the clean, dry pipe joint surface. 2 1) Do not remove the outside wrapper until immediately before pushing pipe 3 into its final position. 4 d. Align the tongue correctly with the flare of the groove. 5 e. Remove outside wrapper on the gasket and pull or push pipe home with 6 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 7 evidence of gasket material squeeze-out on inside or outside around complete 8 pipe joint circumference. 9 1) Remove any joint material that pushed out into the interior of pipe. 10 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 11 line and grade at all times. 12 f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 13 has been inspected and approved by the Engineer or Inspector. 14 1) Take special precautions in placing and compacting backfill to avoid 15 damage to joints. 16 g. When the atmospheric temperature is below 60 degrees F, store pre-formed 17 flexible joint sealants in an area warmed to above 70° degrees F or artificially 18 warmed to this temperature in a manner satisfactory to the Engineer. 19 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 20 followed by connection to previously laid pipe. 21 2. Rubber Gaskets 22 a. Make the joint assembly according to the recommendations of the gasket 23 manufacturer. 24 b. When using rubber gaskets, make joints watertight. 25 c. Backfill after the joint has been inspected and approved. 26 E. Backfill 27 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 28 F. Pipe fittings 29 1. Poured Concrete Pipe Collars 30 a. Provide collars for locations shown on Drawings. 31 b. Collar cost is considered subsidiary to bid price for furnishing and installing 32 reinforced concrete pipe. No extra payment will be made for installation of 33 concrete pipe collars shown on the Drawings. 34 2. Shop and Field-Fabricated Wyes, Tees, Crosses and Bends 35 a. Furnish and install shop or field-fabricated wyes, tees, crosses or bends as 36 indicated on Drawings or required by the Engineer. 37 b. Shop-fabricate fittings for maximum pipe size less than 24-inches in diameter 38 for the larger pipe. 39 c. Field-fabricate fittings with 24-inch or greater diameter for the larger pipe. 40 d. Field-fabricate fittings for box culverts. 41 e. Take care in fabrication that concrete walls of pipe are broken back only 42 enough to provide the required finished opening. 43 f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a 44 rigid connection. 45 33 41 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 g. Concrete or mortar (as specified in this segment) shall be wiped over the 1 reinforcing wires connecting the 2 pipe joints, compacted by light blows, 2 shaped to the contour of the pipe barrels, lightly brushed for finish and cured 3 under wet burlap. 4 3. Poured Concrete Pipe Plugs 5 a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines 6 terminate at locations with no connection to drainage structures. 7 b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and 8 installing reinforced concrete pipe. No extra payment will be made for 9 installation of concrete pipe plugs shown on the Drawings. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL 13 A. Field Tests and Inspections 14 1. Video Inspection 15 a. Perform post-construction TV inspection of all installed reinforced concrete 16 pipes/boxes conforming to the requirements of Section 33 01 31. 17 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. 18 a. At the City’s discretion, replace any pipe/box that is determined to have 19 jointing problems, cracking or significant debris. 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 33 49 10 - 1 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 49 10 1 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Storm drain cast-in-place concrete manholes and junction boxes 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 10 Contract 11 2. Division 1 – General Requirements 12 3. Division 3 – Concrete 13 4. Section 03 30 00 – Cast-In-Place Concrete 14 5. Section 31 23 16 – Unclassified Excavation 15 6. Section 31 50 00 – Excavation Support and Protection 16 7. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 8. Section 33 05 13 – Frame, Cover and Grade Rings 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Storm Drain Manhole Risers 21 a. Measurement 22 1) Measurement for this Item shall be per each Manhole Riser complete, or 23 completed to the stage of construction required by Drawings. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and will be paid for at the unit price bid per each “Manhole Riser” installed 27 for: 28 a) Various Sizes 29 c. The price bid shall include: 30 1) Mobilization 31 2) Excavation 32 3) Hauling 33 4) Disposal of excess materials 34 5) Furnishing, placement and compaction of embedment 35 6) Furnishing, placement and compaction of backfill 36 7) Manhole construction 37 8) Manhole frames 38 9) Steps 39 10) Ring and Cover 40 11) Clean-up 41 33 49 10 - 2 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 2 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Storm Junction Boxes 1 a. Measurement 2 1) Measurement for this Item shall be per each Junction Box complete, or 3 completed to the stage of construction required by Drawings. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for at the unit price bid per each “Storm Junction Box” 7 installed for: 8 a) Various sizes 9 c. The price bid shall include: 10 1) Mobilization 11 2) Excavation 12 3) Hauling 13 4) Disposal of excess materials 14 5) Furnishing, placement and compaction of embedment 15 6) Furnishing, placement and compaction of backfill 16 7) Junction Box construction 17 8) Junction Box frames 18 9) Steps 19 10) Ring and Cover 20 11) Clean-up 21 3. Storm Junction Structure 22 a. Measurement 23 1) Measurement for this Item shall be per each Junction Structure complete, or 24 completed to the stage of construction required by Drawings. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 will be paid for at the lump sum price bid per each “Storm Junction 28 Structure” location. 29 c. The price bid shall include: 30 1) Mobilization 31 2) Excavation 32 3) Hauling 33 4) Disposal of excess materials 34 5) Furnishing, placement and compaction of embedment 35 6) Furnishing, placement and compaction of backfill 36 7) Junction Box construction 37 8) Junction Box frames 38 9) Steps 39 10) Ring and Cover 40 11) Clean-up 41 1.3 REFERENCES 42 A. Reference Standards 43 1. Reference standards cited in this Specification refer to the current reference 44 standard published at the time of the latest revision date logged at the end of this 45 Specification, unless a date is specifically cited. 46 2. ASTM International (ASTM): 47 33 49 10 - 3 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 1 Sections. 2 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 3 Materials. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to delivery. 8 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 9 A. Certificates 10 1. Furnish manufacturer’s certificate of compliance that their product meets the 11 physical testing requirements of this Specification for the materials referenced. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 21 A. Concrete 22 1. Furnish concrete that conforms to the provisions of Section 03 30 00. 23 B. Reinforcing Steel 24 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 25 C. Frames, Grates, Rings, and Covers 26 1. Provide frames, grates, rings and covers that conform to dimensions and materials 27 shown on Drawings and Section 33 05 13. 28 2. Ensure that covers and grates fit properly into frames and seat uniformly and 29 solidly. 30 D. Steps 31 1. Provide polypropylene supports and steps to the shape and dimensions shown on 32 Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 33 16, “Steps and Ladders.” 34 33 49 10 - 4 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 [NOT USED] 6 3.4 INSTALLATION 7 A. General 8 1. Perform all concrete work in accordance with Division 3. 9 2. Use of forms is required for all concrete walls, except where the nature of the 10 surrounding material is such that it can be trimmed to a smooth vertical face 11 a. Outside form for concrete bases supporting brick walls may be omitted with 12 approval from the Engineer. 13 3. Cast polypropylene supports and steps into concrete walls when concrete is placed 14 or drill and grout steps in place after concrete placement. 15 B. Excavation and Embedment 16 1. Conform to the requirements of Section 31 23 16, Section 31 50 00 and Section 33 17 05 10, where applicable. 18 C. Manholes for Precast Concrete Drain Pipes 19 1. Construct manholes for precast concrete pipe drains as soon as is practicable after 20 drain lines into or through the manhole locations are completed. 21 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up 22 with mortar. 23 D. Manholes for Monolithic Drain Pipes 24 1. Construct bases for manholes on monolithic drain pipes either monolithically with 25 the drain pipe or after the pipe is constructed. 26 E. Manholes for Box Drains 27 1. Cast bases for manholes for box drains as an integral part of the drainage system. 28 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, 29 manhole opening may be temporarily covered with timber to facilitate compaction 30 of backfill for the pipe system as a whole with tractor equipment. 31 a. Perform required excavation for manhole, construct manhole and backfill in 32 accordance with Drawings. 33 3. For manholes that are over 5-feet deep, include all manhole steps required in the 34 wall of the box drain. 35 F. Junction Structures 36 1. All structures shall be installed as specified in Drawings. 37 G. Inverts 38 33 49 10 - 5 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Shape and route floor inverts passing out or through the manhole as shown on the 1 Drawings. 2 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 3 the required additional material with the base. 4 H. Curing 5 1. Cure all exposed concrete as required in Division 3. 6 I. Finishing 7 1. Finish all concrete as required in Division 3. 8 J. Form Removal 9 1. Remove concrete form as required in Division 3. 10 K. Placement and Treatment of Castings, Frames, and Fittings 11 1. Place castings, frames and fittings in positions indicated on Drawings or as directed 12 by Engineer, true to line and correct elevation. 13 2. Frames or fittings set in new concrete or mortar 14 a. Place and position anchors or bolts before concrete mortar is placed. 15 b. Do not disturb unit until mortar or concrete has set. 16 3. Frames or fittings placed upon previously constructed masonry 17 a. Bring bearing surface or masonry true to line and grade, and present an even 18 bearing surface, so that entire face or back of unit will come in contact with 19 masonry. 20 b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as 21 directed and approved by the Engineer. 22 4. Ensure that units are set firm and secure. 23 5. Allow concrete or mortar to harden for a minimum 7 days. 24 6. Replace and fasten down grates or covers. 25 3.5 REPAIR / RESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 33 49 10 - 6 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 33 49 20 - 1 CURB AND DROP INLETS Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 33 49 20 1 CURB AND DROP INLETS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Construction of inlets, complete in place or to the stage detailed 6 a. Including furnishing and installing frames, grates, rings and covers 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. Division 3 – Concrete 13 4. Section 02 41 13 – Selective Site Demolition 14 5. Section 03 30 00 – Cast-In-Place Concrete 15 6. Section 03 80 00 – Modifications to Existing Concrete Structures 16 7. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 8. Section 33 05 13 – Frame, Cover and Grade Rings 18 9. Section 33 05 14 – Adjusting Manholes, Inlets, Valve Boxes and Other Structures 19 to Grade 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be per each inlet complete in place. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 shall be paid for at the unit price bid per each “Inlet” installed for: 27 1) Various types 28 2) Various sizes 29 3. The price bid shall include: 30 a. Furnishing and installing the specified Inlet 31 b. Mobilization 32 c. Excavation 33 d. Hauling 34 e. Disposal of excess materials 35 f. Furnishing, placement and compaction of embedment 36 g. Furnishing, placement and compaction of backfill 37 h. Concrete 38 i. Reinforcing steel 39 j. Mortar 40 33 49 20 - 2 CURB AND DROP INLETS Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 k. Aluminum and castings 1 l. Frames 2 m. Grates 3 n. Rings and covers 4 o. Clean-up 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM International (ASTM): 11 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 12 Inlet Sections. 13 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 14 Materials. 15 c. C309, Standard Specification for Liquid Membrane-Forming Compounds for 16 Curing Concrete. 17 3. Texas Department of Transportation (TxDOT). 18 a. Departmental Materials Specification (DMS): 19 1) 7340, Qualification Procedure for Multi-Project Fabrication Plants of 20 Precast Concrete Manholes and Inlets. 21 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Precast Concrete Inlet 28 2. Pipe connections at inlet walls 29 3. Stubs and stub plugs 30 4. Admixtures 31 5. Concrete Mix Design 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] 38 33 49 20 - 3 CURB AND DROP INLETS Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PART 2 - PRODUCTS 1 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 3 A. Materials 4 1. Concrete 5 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 6 2. Reinforcing Steel 7 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 8 3. Mortar 9 a. Furnish mortar per Section 03 80 00. 10 4. Steps 11 a. Provide polypropylene supports and steps conforming to the shape and 12 dimensions shown on the Drawings that meet the requirements of ASTM 13 D4101 and ASTM C478, Section 16, “Steps and Ladders.” 14 5. Curing Materials 15 a. Curing materials shall conform to the provisions of Division 3. 16 6. Frames, Grates, Rings and Covers 17 a. Provide frames, grates, rings and covers that conform to dimensions and 18 materials shown on Drawings and Section 33 05 13. 19 b. Ensure that covers and grates fit properly into frames and seat uniformly and 20 solidly. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION 27 A. Removal 28 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 29 2. Drill, dowel, and grout in accordance with Section 03 30 00. 30 3.4 INSTALLATION 31 A. Interface with Other Work 32 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 33 and Stage II. 34 a. Build inlets designed to match the final roadway surface in stages. 35 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 36 this Section. 37 a. Furnish and install a temporary cover as approved by the Engineer. 38 33 49 20 - 4 CURB AND DROP INLETS Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. Construct Stage II after the pavement structure is substantially complete unless 1 otherwise approved by the Engineer. 2 a. For Stage II, construct the remaining wall height and top of inlet and furnish 3 and install any frames, grates, rings and covers, manhole steps, curb beams or 4 collecting basins required. 5 B. Cast-In -Place Inlets 6 1. Construct cast-in-place inlets in accordance with Section 03 30 00. 7 a. Forms will be required for all concrete walls. 8 b. Outside wall forms for cast-in-place concrete may be omitted with the approval 9 of the Engineer if the surrounding material can be trimmed to a smooth vertical 10 face. 11 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 12 drill and grout steps in place after concrete placement. 13 C. Inlets for Precast Concrete Drain Pipes 14 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm 15 drain lines into or through the inlet locations are completed. 16 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 17 mortar. 18 D. Inlets for Monolithic Drain Pipes 19 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 20 storm drain or after the storm drain is constructed. 21 E. Inverts 22 1. Shape and route floor inverts passing out or through the inlet as shown on the 23 Drawings. 24 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 25 the required additional material with the base. 26 F. Finishing Complete Inlets 27 1. Complete inlets in accordance with the Drawings. 28 2. Backfill to original ground elevation in accordance with Section 33 05 10. 29 G. Finishing Stage I Construction 30 1. Complete Stage I construction by constructing the walls to the elevations shown on 31 the Drawings and backfilling to required elevations in accordance with Section 33 32 05 10. 33 H. Stage II Construction 34 1. Construct subgrade and base course or concrete pavement construction over Stage I 35 inlet construction, unless otherwise approved by the Engineer. 36 2. Excavate to expose the top of Stage I construction and complete the inlet in 37 accordance with the Drawings and these Specifications, including backfill and 38 cleaning of all debris from the bottom of the manhole or inlet. 39 I. Form Removal 40 1. Forms used in the construction of “Inlets” which support vertical loads will remain 41 in place at least 24 hours after the concrete is placed. 42 33 49 20 - 5 CURB AND DROP INLETS Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2. Other forms shall remain in place for a minimum time 24 hours after concrete is 1 placed, unless otherwise directed by the Engineer. 2 J. Curing 3 1. Cure all exposed concrete as required in Section 03 30 00. 4 K. Finishing 5 1. Conform to Section 03 30 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING 11 A. Refer to Section 33 05 14. 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE 20 33 49 40 - 1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 33 49 40 1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Storm drain headwalls, wingwalls, and safety end treatments 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 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 02 41 13 – Selective Site Demolition 13 4. Section 03 30 00 – Cast-In-Place Concrete 14 5. Section 31 37 00 – Riprap 15 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16 7. Section 33 41 10 – Reinforced Concrete Storm Sewer Pipe/Culverts 17 D. Standard Details 18 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 19 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 20 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Concrete Headwall 24 a. Measurement 25 1) Measurement for this Item shall be per each “Headwall” satisfactorily 26 completed as specified on the Drawings. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 will be paid for at the unit price bid per each “Headwall” installed for: 30 a) Various pipe sizes 31 b) Various types 32 c) Various number of pipes 33 c. The price bid shall include: 34 1) Constructing, furnishing, transporting and installing the Concrete Headwall 35 2) Connecting to the existing structure 36 3) Breaking back, removing and disposing of portions of the existing structure 37 4) Replacing portions of the existing structure to make connections 38 5) Excavation 39 6) Hauling 40 33 49 40 - 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 7) Disposal of excess material 1 8) Furnishing, placing and compaction of backfill 2 9) Concrete, as required by Drawings 3 10) Reinforcing Steel, if required by Drawings 4 11) Corrugated metal pipe, if required by Drawings 5 12) Reinforced concrete pipe, if required by Drawings 6 13) Clean-up 7 2. Safety End Treatment 8 a. Measurement 9 1) Measurement for this Item shall be per each “SET” satisfactorily completed 10 as specified on the Drawings. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 will be paid for at the unit price bid per each “SET” installed for: 14 a) Various types 15 b) Various pipe sizes 16 c) Various number of pipes 17 c. The price bid shall include: 18 1) Constructing, furnishing, transporting and installing the Concrete Headwall 19 2) Connecting to the existing structure 20 3) Breaking back, removing and disposing of portions of the existing structure 21 4) Replacing portions of the existing structure to make connections 22 5) Excavation 23 6) Hauling 24 7) Disposal of excess materials 25 8) Furnishing, placing and compaction of backfill 26 9) Concrete, as required by Drawings 27 10) Reinforcing Steel, if required by Drawings 28 11) Corrugated metal pipe, if required by Drawings 29 12) Reinforced concrete pipe, if required by Drawings 30 13) Clean-up 31 1.3 REFERENCES 32 A. Definitions 33 1. Headwalls - all walls, including wings, at the ends of single-barrel and multiple-34 barrel pipe culvert structures 35 2. Wingwalls - all walls at the ends of single-barrel or multiple-barrel box culvert 36 structures 37 B. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS 43 1. Refer to Section 03 30 00. 44 33 49 40 - 3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Delivery and Acceptance Requirements 6 1. Marking 7 a. Before shipment from the casting or fabrication yard, clearly mark the 8 following on each precast unit: 9 1) Date of manufacture 10 2) Name or trademark of the manufacturer 11 3) Type and size designation 12 2. Causes for Rejection 13 a. Precast units may be rejected for not meeting any one of the Specification 14 requirements. 15 b. Individual units may also be rejected for fractures or cracks passing through the 16 wall or surface defects indicating honeycombed or open texture surfaces. 17 c. Remove rejected units from the project, and replace them with acceptable units 18 meeting the requirements of this Section. 19 B. Storage and Handling Requirements 20 1. Secure and maintain a location to store the material in accordance with Section 01 21 66 00. 22 2. Store precast units on a level surface. 23 3. Do not place any loads on precast concrete units until design strength is reached. 24 4. Do not ship units until design strength requirements have been met. 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 29 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 30 A. Materials 31 1. Concrete 32 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 33 2. Reinforcing Steel 34 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 35 B. Fabrication 36 1. Fabricate cast-in-place concrete units and precast units in accordance with 37 Section 03 30 00. 38 33 49 40 - 4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 1 cast in place for greater than 30-inch diameters. 2 2. Fabrication Tolerances 3 a. Lifting Holes 4 1) For precast units, provide no more than 4 lifting holes in each section. 5 2) Lifting holes may be cast, cut into fresh concrete after form removal or 6 drilled. 7 3) Provide lifting holes large enough for adequate lifting devices based on the 8 size and weight of the section. 9 a) The maximum hole diameter is 3 inches at the inside surface of the wall 10 and 4 inches at the outside surface. 11 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 12 layer of reinforcing steel when locating lift holes. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 A. Removal 20 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 21 2. Drill, dowel and grout in accordance with Section 03 30 00. 22 3.4 INSTALLATION 23 A. Interface with Other Work 24 1. Make connections to new or existing structures in accordance with the details 25 shown on the Drawings. 26 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 27 Drawings. 28 B. Excavation, Shaping, Bedding and Backfill 29 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 30 b. Take special precautions in placing and compacting the backfill to avoid any 31 movement or damage to the units. 32 c. Bed precast units on foundations of firm and stable material accurately shaped 33 to conform to the bases of the units. 34 C. Placement of Precast Units 35 a. Provide adequate means to lift and place the precast units. 36 1) Utilize sufficient number of lifting holes to ensure that the units are not 37 damaged during lifting. 38 b. Fill lifting holes with mortar or concrete and cure. 39 1) Precast concrete or mortar plugs may be used. 40 33 49 40 - 5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 3.5 REPAIR 1 A. Occasional imperfections in manufacture or accidental damage sustained during 2 handling may be repaired. 3 1. The repaired units will be acceptable if they conform to the requirements of this 4 Section and the repairs are sound, properly finished and cured in conformance with 5 pertinent Specifications. 6 B. Repair spalled areas around lifting holes. 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 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 19 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 SECTION 34 41 30 1 ALUMINUM SIGNS AND SIGN POSTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 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. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs 14 a. Measurement 15 1) Measurement for this Item shall be per each sign installed. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 shall be paid for at the unit price bid per each “Furnish/Install Alum Sign 19 Mast Arm Mount” installed for: 20 a) Various types 21 c. The price bid shall include: 22 1) Fabricating the aluminum sign 23 2) Treatment of sign panels required before application of background 24 materials 25 3) Application of the background materials and messages to the sign panels 26 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 27 backing strips 28 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 29 support connections 30 6) Assembling and erecting the signs 31 7) Preparing and cleaning the signs 32 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs 33 a. Measurement 34 1) Measurement for this Item shall be per each sign installed. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 shall be paid for at the unit price bid for each “Install Alum Sign Mast Arm 38 Mount” installed. 39 c. The price bid shall include: 40 1) Installing each Aluminum Sign 41 34 41 30 - 2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 1 backing strips 2 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 3 support connections 4 4) Assembling and erecting the signs 5 5) Preparing and cleaning the signs 6 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies 7 a. Measurement 8 1) Measurement for this Item shall be per each assembly furnished and 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 shall be paid for at the unit price bid for each “Furnish/Install Alum Sign 13 Ground Mount” installed for: 14 a) Various types 15 c. The price bid shall include: 16 1) Fabrication of signs and posts 17 2) Treatment of sign panels required before application of background 18 materials 19 3) Application of the background materials and messages to the sign panels 20 4) Scheduling utility line locates 21 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 22 backing strips 23 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 24 support connections 25 7) Assembling and erecting the signs and posts 26 8) Preparing and cleaning the signs 27 4. Installing Ground Mounted Aluminum Sign and Post Assemblies 28 a. Measurement 29 1) Measurement for this Item shall be per each assembly installed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 shall be paid for at the unit price bid for each “Install Alum Sign Ground 33 Mount” installed. 34 c. The price bid shall include: 35 1) Scheduling utility line locates 36 2) Assembling and erecting the signs and posts 37 3) Preparing and cleaning the signs 38 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles 39 a. Measurement 40 1) Measurement for this Item shall be per each sign furnished and installed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 shall be paid for at the unit price bid per each “Furnish/Install Alum Sign 44 Ex. Pole Mount” furnished and installed. 45 c. The price bid shall include: 46 1) Furnishing and installing the aluminum sign 47 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 48 backing strips 49 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 1 support connections 2 4) Assembling and erecting the signs 3 5) Preparing and cleaning the signs 4 6. Installing Aluminum Signs Mounted on Existing Poles 5 a. Measurement 6 1) Measurement for this Item shall be per each sign installed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 shall be paid for at the unit price bid per each “Install Alum Sign Ex. Pole 10 Mount” installed. 11 c. The price bid shall include: 12 1) Fabricating the aluminum sign 13 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 14 backing strips 15 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 16 support connections 17 4) Assembling and erecting the signs 18 5) Preparing and cleaning the signs 19 7. Removal of Signs 20 a. Measurement 21 1) Measurement for this Item shall be per each sign panel removed, each sign 22 panel and post removed, and each sign panel and post removed and 23 reinstalled. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 shall be paid for at the unit price bid per each “Remove Sign” for: 27 a) Various types 28 b) Various configurations 29 c. The price bid shall include: 30 1) Removal of sign panel and post 31 2) Removal of sign panel 32 3) Backfill 33 4) Excavation 34 5) Returning materials to the City as specified in the plans 35 6) Cleaning sign panel if sign is to be reinstalled 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. 41 2. American Standard Testing Materials (ASTM) 42 a. ASTM B209-07– “Standard Specification for Aluminum and Aluminum-Alloy 43 Sheet and Plate”. 44 b. ASTM D4956 – 09e1 – “Standard Specification for Retroreflective Sheeting for 45 Traffic Control”. 46 34 41 30 - 4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 c. ASTM A1011 / A1011- 10 – “Standard Specification for Steel, Sheet and Strip, 1 Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-2 Alloy with Improved Formability, and Ultra-High Strength”. 3 d. ASTM B117-09 – “Standard Practice for Operating Salt Spray (Fog) 4 Apparatus”. 5 e. AASHTO M 120-08 – “Standard Specification for Zinc”. 6 3. Texas Manual on Uniform Traffic Control Devices 7 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 8 Transportation, Standard Specifications for Construction and Maintenance of 9 Highways, Streets, and Bridges. 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 SUBMITTALS 12 A. Submittals shall be in accordance with Section 01 33 00. 13 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 14 specials. 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 16 A. Shop Drawings 17 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 18 approval prior to fabrication. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING 23 A. Delivery and Acceptance Requirements 24 1. Signs and parts shall be properly protected so that no damage or deterioration 25 occurs during a prolonged delay from the time of shipment until installation. 26 2. The Contractor shall secure and maintain a location to store the material in 27 accordance with Section 01 50 00. 28 B. Storage and Handling 29 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 30 edges, and faces are not damaged. 31 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 32 night and day, will be acceptable. 33 3. Replace unacceptable signs. 34 4. Store all finished signs off the ground and in a vertical position until erected. 35 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 36 6. Larger signs may be stored outside. 37 34 41 30 - 5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 4 A. Refer to Drawings and Contract Documents to determine if any Items are to be 5 purchased from the City and installed by the Contractor. 6 B. Items eligible for purchase from the City include: 7 1. Aluminum Signs 8 2.2 MATERIALS 9 A. Manufacturers 10 1. Only the manufacturers as listed in the City’s Standard Products List will be 11 considered as shown in Section 01 60 00. 12 a. The manufacturer must comply with this Specification and related Sections. 13 2. Any product that is not listed on the Standard Products List is considered a 14 substitution and shall be submitted in accordance with Section 01 25 00. 15 B. Sign blanks 16 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy 17 meeting Specifications for 5052H38 as outlined in ASTM B 209 – 02a. 18 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, 19 dirt, grease, oil, white rust, fingerprints and/or other irregularities. 20 3. Sign blanks shall be degreased and etched according to industry standards and shall 21 have an alodined finish applied per MIL-C5541 Class 1A. 22 4. The thickness of each sign blank shall be uniform throughout. 23 C. Sign sheeting 24 1. Acrylic overlay film 25 a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other 26 retroreflective sheeting for permanent signing. 27 b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 28 1170. 29 c. Film shall be: 30 1) Durable 31 2) Transparent 32 3) Acrylic 33 4) Electronic-cuttable 34 5) Coated with a transparent, pressure sensitive adhesive 35 6) Have a removable synthetic liner – paper liner is not acceptable 36 d. Film colors can include yellow, green, blue, brown, red, and orange. 37 2. Non-reflective vinyl film 38 a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting 39 for permanent signing. The film shall be equal to or better than 3M Scotchcal 40 ElectroCut Film Series 7725. 41 34 41 30 - 6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 b. Film shall be: 1 1) Durable 2 2) 2 mil opaque cast vinyl 3 3) Coated with a transparent, pressure-sensitive adhesive 4 4) Have a removable synthetic liner – paper line is not acceptable 5 c. Film colors can include yellow, green, blue, brown, red, and orange. 6 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: 7 a. Be combined with other components for permanent signing 8 b. Typically be an unmetallized microprismatic lens retroreflective element 9 material 10 c. Have a smooth outer surface that essentially has the property of the 11 retroreflector over its entire surface 12 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or 13 other preparation for the adhesion to smooth, clean surfaces. 14 d. Be equal to or better than 3M Series 3930 15 e. Be of colors including white, yellow, green, red, blue, and brown 16 4. Super-high efficiency full cube retroreflective sheeting with pressure sensitive 17 adhesive shall: 18 a. Be combined with other components for permanent signing 19 b. Be a super-high efficiency, full cube retroreflective sheeting having the highest 20 retroreflectivity characteristics at medium and short road distances. 21 c. Typically be a microprismatic retroreflective element material 22 d. Have a smooth outer surface that essentially has the property of retroreflector 23 over its entire surface 24 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or 25 other preparation for adhesion to smooth, clean surfaces. 26 e. Be equal to or better than 3M Series 4000 27 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent 28 yellow, fluorescent yellow green, and fluorescent orange 29 D. Telescoping Steel Sign Post 30 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled 31 Carbon Sheet Steel, Structural Quality ASTM designation A1011 / A1011- 10. 32 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 33 3. All posts and anchors shall be manufactured from raw steel, formed and welded on 34 the corner prior to receiving a triple coat protection of inline hot-dipped, galvanized 35 zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate 36 conversion coating and a cross-linked polyurethane acrylic exterior coating. 37 4. The interior shall receive a double coat of zinc based organic coating, tested in 38 accordance with ASTM B-117-09. 39 E. Hardware 40 1. Use galvanized steel, stainless steel, or dichromate-sealed aluminum for bolts, nuts, 41 washers, lock washers, screws, and other sign assembly hardware. 42 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. 43 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 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 [NOT USED] 6 3.4 FABRICATION 7 A. Sign blanks 8 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 9 of buckles, warps, burrs, dents, cockles, or other defects. 10 2. Do not splice individual extruded aluminum panel. 11 3. Complete the fabrication of sign blanks, including the cutting and drilling or 12 punching of holes, before cleaning and degreasing. 13 4. After cleaning and degreasing, ensure that the substrate does not come into contact 14 with grease, oils, or other contaminants before the application of the reflective 15 sheeting. 16 B. Sign sheeting 17 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 18 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 19 the sheeting manufacturer. 20 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 21 manner as the sign panel face. 22 4. Minimize the number of splices in the sheeting. 23 5. Overlap the lap-splices by at least 1/4 inch. 24 6. Provide a 1-foot minimum dimension for any piece of sheeting. 25 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 26 transparent films. 27 C. Sign messages 28 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 29 2. Use sign message material from the same manufacturer for the entire message of a 30 sign. 31 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 32 color and reflectivity. 33 4. Prevent runs, sags, and voids. 34 D. Telescoping steel sign posts 35 1. Permissible variation in straightness is 1/16 inch in 3 feet. 36 2. Tolerances are on the outside size. 37 34 41 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 Measurements for outside dimensions shall be made at least 2 inches from end of 1 tube. 2 3 Nominal Outside Dimensions (inches) Outside Tolerance at all Side Corners (inches) 1 ½ X 1 ½ ±0.006 1 ¾ X 1 ¾ ±0.008 2 X 2 ±0.008 2 ¼ X 2 ¼ ±0.010 2 ½ X 2 ½ ±0.010 4 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 5 4. Measured in the center of the flat side tolerance is ± 0.01 inch applied to the 6 specific size determined at the corner. 7 5. Squareness of Sides and Twist 8 9 10 11 Nominal Outside Dimensions (inches) Squareness Tolerance (inches) Twist Permissible in 3 inches Lengths (inches) 1 ½ X 1 ½ ±0.009 0.050 1 ¾ X 1 ¾ ±0.010 0.062 2 X 2 ±0.012 0.062 2 ¼ X 2 ¼ ±0.014 0.062 2 ½ X 2 ½ ±0.015 0.075 12 6. All top posts must be capable of fracturing at the point of connection with a single 13 anchor, when impacted, in such a manner that the piece inside of the anchor can be 14 removed so as to allow the anchor to receive a new top post. 15 7. The shape of all posts and anchors shall be square and straight with smooth tubing 16 welded in one corner with a tolerance that permits telescoping of the next larger or 17 small size, in ¼-inch increments. 18 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch 19 diameter on 1-inch centers for at least the top 4 inches of the anchor while being 20 truly aligned in the center of the section. 21 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1-1 inch centers for the entire length of the post and truly aligned in the center of 2 section. 3 4 3.5 REPAIR / RESTORATION [NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING 10 A. Wash completed signs with a biodegradable cleaning solution acceptable to the 11 manufacturers of the sheeting, colored transparent film, and screen ink to remove 12 grease, oil, dirt, smears, streaks, finger marks, and other foreign material. 13 B. Wash again before final inspection after erection. 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Changes to vinyl film, added sign removal bid item 21 34 71 13 - 1 TRAFFIC CONTROL Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 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 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 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. Coordination 25 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 26 implementing Traffic Control within 500 feet of a traffic signal. 27 B. Sequencing 28 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 29 approved by the City and design Engineer before implementation. 30 1.5 SUBMITTALS 31 A. Provide the City with a current list of qualified flaggers before beginning flagging 32 activities. Use only flaggers on the qualified list. 33 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 34 Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the 35 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 36 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 37 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 38 Engineer. 39 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 40 Specifications. The Contractor will be responsible for having a licensed Texas 41 Professional Engineer sign and seal the Traffic Control Plan sheets. 42 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 43 34 71 13 - 3 TRAFFIC CONTROL Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 1 changes to the Traffic Control Plan(s) developed by the Design Engineer. 2 G. Design Engineer will furnish standard details for Traffic Control. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 ASSEMBLIES AND MATERIALS 13 A. Description 14 1. Regulatory Requirements 15 a. Provide Traffic Control Devices that conform to details shown on the 16 Drawings, the TMUTCD, and TxDOT’s Compliant Work Zone Traffic Control 17 Device List (CWZTCDL). 18 2. Materials 19 a. Traffic Control Devices must meet all reflectivity requirements included in the 20 TMUTCD and TxDOT Specifications – Item 502 at all times during 21 construction. 22 b. Electronic message boards shall be provided in accordance with the TMUTCD. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 EXAMINATION [NOT USED] 27 3.2 PREPARATION 28 A. Protection of In-Place Conditions 29 1. Protect existing traffic signal equipment. 30 3.3 INSTALLATION 31 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 32 the Drawings and as directed. 33 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 B. Install Traffic Control Devices straight and plumb. 1 C. Do not make changes to the location of any device or implement any other changes to 2 the Traffic Control Plan without the approval of the Engineer. 3 1. Minor adjustments to meet field constructability and visibility are allowed. 4 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 5 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 6 covering, or removing Devices. 7 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 8 and that retroreflective characteristics meet requirements during darkness and rain. 9 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 10 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 11 lights, signs, or other precautionary measures for the protection of persons or property), the 12 Inspector may order such additional precautionary measures be taken to protect persons 13 and property. 14 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 15 or in conflict with the proposed method of handling traffic or utility adjustments, can be 16 constructed during any phase. 17 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 18 distance of drivers entering the highway from driveways or side streets. 19 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 20 be erected and mounted on portable supports. 21 1. The support design is subject to the approval of the Engineer. 22 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 23 J. If at any time the existing traffic signals become inoperable as a result of construction 24 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 25 approved by the Engineer, to be used for Traffic Control. 26 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 27 turn-ons, street light pole installation, or other construction will be done during peak traffic 28 times (AM: 7 am – 9 am, PM: 4 pm - 6 pm). 29 L. Flaggers 30 1. Provide a Contractor representative who has been certified as a flagging instructor 31 through courses offered by the Texas Engineering Extension Service, the American 32 Traffic Safety Services Association, the National Safety Council, or other approved 33 organizations. 34 a. Provide the certificate indicating course completion when requested. 35 b. This representative is responsible for training and assuring that all flaggers are 36 qualified to perform flagging duties. 37 2. A qualified flagger must be independently certified by 1 of the organizations listed 38 above or trained by the Contractor’s certified flagging instructor. 39 3. Flaggers must be courteous and able to effectively communicate with the public. 40 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 41 and follow the flagging procedures set forth in the TMUTCD. 42 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 5. Provide and maintain flaggers at such points and for such periods of time as may be 1 required to provide for the safety and convenience of public travel and Contractor’s 2 personnel, and as shown on the Drawings or as directed by the Engineer. 3 a. These flaggers shall be located at each end of the lane closure. 4 M. Removal 5 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 6 and other Traffic Control Devices used for work-zone traffic handling in a timely 7 manner, unless otherwise shown on the Drawings. 8 3.4 REPAIR / RESTORATION [NOT USED] 9 3.5 RE-INSTALLATION [NOT USED] 10 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 11 3.7 SYSTEM STARTUP [NOT USED] 12 3.8 ADJUSTING [NOT USED] 13 3.9 CLEANING [NOT USED] 14 3.10 CLOSEOUT ACTIVITIES [NOT USED] 15 3.11 PROTECTION [NOT USED] 16 3.12 MAINTENANCE [NOT USED] 17 3.13 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required 21